Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

Z -- Interior and Exterior Painting

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-4JJR1002
 
Response Due
3/9/2004
 
Archive Date
3/24/2004
 
Point of Contact
Lachon Langham, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801,
 
E-Mail Address
llangham@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested and a written solicitation will not be issued. Solicitation number 4JJR1002 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 01-19. This action is a 100% small business set-aside. The NAICS code is 238320 and the small business size standard is $12M. It is anticipated that this requirement will be a Fixed Unit Price, Indefinite Delivery/Indefinite Quantity type contract. The period of performance shall begin from date of award through September 30, 2004. Line Item 0001: 100,000 square feet (sf) of Interior Painting, including surface preparation, primer and two coats. Line Item 0002: 50,000 sf of Exterior Painting, including surface preparation, primer and two coats. The following is the statement of work for the required services: The contractor shall provide all labor, materials, equipment, and supervision necessary to apply paint, enamel, stains, and varnishes with suitable brushes, rollers, or spray equipment. Facilities, buildings, structures, and surfaces to be painted shall be on an as required basis. Project location is all within the confines of the James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, MD 20708. SURFACE PREPARATION: The contractor shall clean all surfaces to be painted as required to remove dust, dirt, or other surface contamination, and then properly prepare surfaces to receive paint or natural finish. Remove mildew by scrubbing the surface with a solution appropriate for this purpose. Interior Wood Items: Wipe off dust and grit prior to priming. Seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has dried; sand between coats. Concrete and Concrete Masonry Units: Thoroughly clean concrete surfaces of all loose particles, sand, efflorescence, laitance, form oil, curing compounds, or other contaminants by appropriate methods and be sure is dry before any paint is applied. Methods of surface preparation and cleaning shall be determined by the contractor, as approved by the Contracting Officer’s Technical Representative to ensure satisfactory paint application and performance. Gypsum Drywall: Repair all surface defects in gypsum drywall with drywall joint finishing compound or spackling compound filled out flush and sanded smooth. Clean all surfaces and taped joints of dust, dirt, and other surface contaminants and be sure they are thoroughly dry before applying paint. Gypsum Plaster: Cut out cracks, holes, indentations, and other imperfections in plaster surfaces to the extent necessary to provide a good bonding surface. Fill with patching plaster or spackling compound, and sand smooth and flush with adjacent surfaces with fine sandpaper. Before applying paint, clean plaster surfaces of all dirt, dust, grit and other surface contaminants. New plaster or new plaster repairs must be allowed to age 30 days. Verify that surfaces are dry and that the moisture content does not exceed 15 percent when measured by a moisture meter. Exterior Wood: Remove dust, grit, and foreign matter. Seal knots, pitch streaks and sappy sections. Fill nail holes with exterior caulking compound after prime coat has been applied. Sand any mill glaze areas to paint wood. Wood and Metal Doors: Seal top and bottom edges with primer. Wall coverings: Prime all surfaces to receive wall coverings with adhesive vinyl primer. APPLICATION: Apply products in accordance with manufacturer’s instructions. Apply paint, enamel, stains and varnishes with suitable brushes, rollers, or spray equipment that has been kept clean, free from contamination and suitable for finish required. Rate of application of coating shall not exceed that as recommend by the paint manufacturer for the purpose and surface involved. Comply with required drying time between coats as directed by the manufacturer. Sand between each coat to remove defects visible from 5 feet. Finish coats shall be smooth, free from brush marks, streaks, laps, sags, skips, etc. Do not apply additional coats until completed coat has been inspected by the Contracting Officer’s Technical Representative. Only inspected coats of paints will be considered in determining number of coats applied. Before applying succeeding coats, primers and undercoats, primers and undercoats shall be completely integral and shall perform the function for which they are specified. Properly prepare and touch up all scratches, abrasions or other disfigurements and remove any foreign matter before proceeding with the following coat. All spot priming or spot coating shall be feathered edge into adjacent coatings to produce a smooth and level surface. Do not apply final coats until after other work with operations that would be detrimental to finish painting have been finished in the area to be painted and the areas have been released for painting. Shellac and/or spot-prime with industry accepted “stain killer” any marks that may bleed through surface finishes. Make edges of paint adjoining other material or colors clean and sharp with no overlapping. CLEANING: Promptly remove paint where spilled, splashed, or spattered. During progress of work, maintain premises free of unnecessary accumulation of tools, equipment, surplus materials and debris. Collect cotton waste, cloths, and material which may constitute a fire hazard, and place in closed water-filled metal containers and remove daily from work site. SPECIAL PROVISION: Contractor personnel proposed to work under this contract shall be U.S. citizens. All contractor personnel proposed to work under this contract shall successfully pass USSS background investigations prior to being admitted to the James J. Rowley Training Center. The Contractor shall submit SSF 3237’s, U.S. Secret Service Contractor Personnel Access Form(s), for all proposed personnel after contract award. Within five (5) days of contract award, the contractor shall submit the completed contractor personnel access forms to the Contracting Officer’s Technical Representative. The contractor agrees that for due cause or anticipated security risk any contractor employee may be removed from duty at the USSS upon the Secret Service request. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors—Commercial Items; 52.212-2, Evaluation – Commercial Items; 52.212-2 Paragraph (a) insert: “The Government intends to award a Fixed Unit Price, IDIQ type order to the responsible offeror, whose proposal conforms to the solicitation as provided herein and represents the best value to the USSS with past performance and price considered. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer’s name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable or unacceptable”. 52.212-3, Offeror Representations and Certification-Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.217-7, Option for Increased Quantity—Separately Priced Line Item (insert “written notice to the contractor prior to expiration of the contract” at fill-in), 52.217-9,. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Please fax proposals to (202) 406-6801, Attn: Ms. Lachon Langham. Proposals must contain the following: 1) a unit price and total price; 2) Detailed technical description of the required services; 4) Past performance information; and, 5) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (July 2002 edition). All written proposals are to be received no later than 2:00 P.M., (EST), Tuesday, March 9, 2004.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USSS/PDDC20229/Reference-Number-4JJR1002/listing.html)
 
Place of Performance
Address: 9200 Powder Mill Road Laurel, MD
Zip Code: 20708
 
Record
SN00536235-F 20040305/040303231341 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.