Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

R -- Workstation Interface Moves

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Midstates Area (OS:A:P:F:MS), 4050 Alpha Road, 1800 MSRO, 9th Floor, Dallas, TX, 75244-4203
 
ZIP Code
75244-4203
 
Solicitation Number
TIRMS-05-Q-00082
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Workstation Interface Moves TIRMS-05-Q-00082 Utilizing Simplified Acquisition Threshold Procedures (FAR Part 13), the Internal Revenue Service is issuing a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number TIRMS-05-Q-00082 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. This requirement is set-aside for small businesses for which the North American Industry Classification System (NAICS) Code is 238210 and the Small Business Size Standard is $11.5 million. 1. SCOPE: Furnish all labor and equipment required to move approximately 500 Work Station Interfaces (WSI?s) at the Internal Revenue Service, Submission Processing Building, 3651 S. IH35, Austin, TX. 78741. All work shall be performed in accordance with this specification. 2. PRINCIPLE FEATURES: Work to be performed under this contract shall consist of, but not necessarily be limited to the following principle features: A) Contractors shall disconnect, move and reconnect WSI?s. B) WSI?s are power / data / telephone outlets embedded in computer raised flooring panels. C) The contractors moving the WSI?s are responsible for disconnecting and reconnecting telephone and data lines as well as the electric lines. The contractors moving the WSI?s are responsible for moving furniture, if necessary to move the WSI?s. The contractors shall put the furniture back after moving the WSI. D) If the contractors are unable to reconnect telephone or data lines after moving the WSI?s, they must mark on their drawings where the data lines were disconnected, and where the disconnected WSI is located. They must give this information to the IRS personnel working with them, so that IRS technicians can run new lines to the disconnected WSI. E) The contractor?s work shall support furniture moves at the IRS. The IRS shall provide the contractors with drawings showing the new locations of the WSI?s referenced to the computer floor grid and furniture locations. 3. PERIOD OF PERFORMANCE: Estimated dates are September 2005 through May 2006. Actual dates shall be provided as plans are finalized. 4. WORK HOURS: Work hours for this contract may be anytime, but are typically weekends and after 4:00 PM on weekdays. Most work shall be performed on Friday evenings and weekends. The contractor shall work with IRS about schedules on a week to week basis. 5. SECURITY: Contractor employees shall comply with all security regulations imposed by the occupying Government agency. These regulations include but are not necessary limited to the following: A) Temporary badges shall be issued to all Contractor employees working in the building. These badges must be worn while in the facility and must be visible at all times. Badges shall not be removed from the property. They shall be picked up from the security guard station each day when reporting for work and returned to the guard station when leaving the premises. Photo identification will be required when signing in each day. B) There is no parking set-aside for contractor employees. There will be limited parking available in the open parking area to the east of the building. The COTR shall identify this area at the start of work. C) The interior and exterior of all vehicles shall be inspected, at the discretion of the security staff, prior to them being given permission to access the property. D) The loading dock is available on a first come and wait your turn basis for off loading equipment and materials. Vehicles may not be left unattended at the dock. E) Possession and/or use of firearms, alcoholic beverages or drugs on Government premises are prohibited. F) Cameras are not allowed in the building unless the Government has issued an appropriate camera pass. G) The Government reserves the right to close down the job sites and order Contractor personnel off the premises in case of an emergency. H) The Government reserves the right to remove from the site any employee of the Contractor or Subcontractor whom the Government deems incompetent, careless, insubordinate, or otherwise objectionable or whose continued employment on this contract is deemed by the Government to be contrary to the public interest. 6. SAFETY: All work performed under this contract shall comply with all applicable Federal, State and local safety and health requirements. The Contractor shall assume full responsibility and liability for compliance with these requirements and shall hold the Government harmless for any action on his/her part or that of his/her employees or subcontractors, which results in illness, injury or death. If a fire alarm sounds, the Contractor and his sub-contractors must immediately exit the building through ANY exit. The Contractor and his sub-contractors shall meet at the Visitor?s Center located on the southwest side of the Service Center. 7. GOVERNMENT OCCUPANCY: The Internal Revenue Service operates 24 hours per day, 7 days per week; therefore the building will be occupied during the entire period of construction. The Contractor shall cooperate fully with the COTR during construction to minimize conflicts and facilitate Government usage of the premises. CLIN 0001 ? move an estimated 500 Work Station Interfaces (WSI?s). Offeror shall provide a quote for the entire job. The government shall award a purchase order resulting from the RFQ to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) Price and 2) Past Performance. Please provide three references for jobs of similar size and scope. Only quotes meeting the requirements as specified in the description / statement of work shall be considered by the Government. The provision at 52.222-41, Service Contract Act, applies to this acquisition. See Service Contract Act, Wage Determination No: 94-2503 Rev (24) Area: TX, Austin. The provision at 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offers. The following clauses apply to this acquisition: 52.204-7, Central Contractor Registration (Oct 2003); 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; and 52.212-3 Offeror Representations and Certifications, Commercial Items. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the INTERNET at http//www.acq.gov/far/. All responsible sources who can provide the above requirements shall submit written quotations by August 23, 2005. All quotes shall include price(s), FOB point, POC (name, telephone number, and e-mail address), and the completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. All quotations and questions must be submitted in writing and received by e-mail at Zach.Rich@irs.gov or by facsimile at (972)308-1928. The last day for questions to be submitted shall be August 16, 2005. No telephonic questions shall be allowed. NOTE: Award can only be issued to a contractor with an active registration in the Central Contractor?s Registration database at www.ccr.gov. This registration must be active no later than the due date of the quotes to be eligible for award. For registration assistance please call 1-888-227-2423.
 
Place of Performance
Address: 3651 S. IH35, Austin, Texas
Zip Code: 78741
Country: U.S.A.
 
Record
SN00865531-W 20050810/050808213302 (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.