SOLICITATION NOTICE
99 -- Roof Fall Protection
- Notice Date
- 7/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Western Oregon ZAP, Willamette NF, 211 East 7th Avenue, Eugene, OR, 97401-2773
- ZIP Code
- 97401-2773
- Solicitation Number
- R6-18-06-54535
- Response Due
- 8/15/2006
- Archive Date
- 9/30/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). The RFQ number is R6-18-06-54535. The RFQ contains incorporated provisions and clauses that are in effect through Federal Acquisition Circular 2005-11. This solicitation is a small business set-aside under NAICS 238290. The small business size standard is $13 million. The Government will award a firm-fixed-price (RFQ) contract resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation; will be most advantageous to the government, price and other factors considered. Quotes will be made on an item basis. Quotes shall be submitted for Item No. 1: Middle Fork Roof Fall Protection: by the job @ $________; Item No. 2: Detroit Roof Fall Protection: by the job @ $________. ITEM DESCRIPTION: Item No. 1: Middle Fork Roof Fall Protection ? consists of creating a design and installing an OSHA approved fall protection system on the Middle Fork Ranger District Office, located at 46375 Highway 58, Westfir, Oregon 97492. The Contractor shall furnish all necessary labor, equipment, supervision, transportation, materials, and incidentals to install a permanent ladder extending from the ground level roof to the second story roof, a portable ladder from the ground to the first roof and a permanent fall arrest system that meets OSHA standards. The design shall be a permanent installation based on a retractable lifeline system. It should be the least invasive and aesthetically pleasing as possible. The preservation of the roof and walls integrity shall be maintained at all times. The system will need to withstand and be useable during all kinds of weather. The scope of this project shall begin at the ground level and allow a worker to access the first and second floor roof, and to maneuver from that point around the building to all areas that have gutters and second story windows. This project shall include two ladders, which shall allow a user the ability to attach a harness to. The first ladder from the ground to the first roof shall be portable but have a fixed mounting bracket that it attaches to. The second shall be a fixed ladder from the first story roof to the second story roof. Both ladders shall be installed without penetrating either roof. A worker shall have the ability to be connected to the OSHA compliant fall protection at all times. Quoters shall submit a fall protection system for the Middle Fork Office with sufficient detailed drawings, product specifications and layout to demonstrate the system is OSHA compliant. Submit detailed information including but not limited to i. Component ii. Installation process iii. How each part works with the system iv. How it is affected by weather v. Weight restrictions vi. Angle and distance one can maneuver from an anchor vii. Number of workers on the layout at a time viii. Training for the system ix. Warranty?s x. How to rescue someone who has fallen. FUNDING FOR ITEM No. 2 IS LIMITED TO $10,000. Quotes received over this amount may be considered non-responsive and may not be considered for award. ITEM DESCRIPTION: Item No. 2: Detroit Roof Fall Protection ? consists of creating a design and installing an OSHA approved fall protection system on the Detroit Ranger District Office, located at 14425 N Santaim Hwy SE, Detroit, Oregon 97342. The Contractor shall furnish all necessary labor, equipment, supervision, transportation, materials, and incidentals to install a permanent ladder extending from the ground level roof to the second story roof, a portable ladder from the ground to the first roof and a permanent fall arrest system that meets OSHA standards. The design shall be a permanent installation based on a retractable lifeline system. It should be the least invasive and aesthetically pleasing as possible. The preservation of the roof and walls integrity shall be maintained at all times. The system will need to withstand and be useable during all kinds of weather. The scope of this project shall begin at the ground level and allow a worker to access the first and second floor roof, and to maneuver from that point around the building to all areas that have gutters and second story windows. This project shall include two ladders, which shall allow a user the ability to attach a harness to. The first ladder from the ground to the first roof shall be portable but have a fixed mounting bracket that it attaches to. The second shall be a fixed ladder from the first story roof to the second story roof. Both ladders shall be installed without penetrating either roof. A worker shall have the ability to be connected to the OSHA compliant fall protection at all times. Note: the Detroit office building currently has metal loops attached to the soffit on the second story, but no cable wire. It also has a ridge vent on both roofs. Quoters shall submit a fall protection system for the Detroit Office with sufficient detailed drawings, product specifications and layout to demonstrate the system is OSHA compliant. Submit detailed information including but not limited to xi. Component xii. Installation process xiii. How each part works with the system xiv. How it is affected by weather xv. Weight restrictions xvi. Angle and distance one can maneuver from an anchor xvii. Number of workers on the layout at a time xviii. Training for the system xix. Warranty?s xx. How to rescue someone who has fallen. The estimated start work date is September 1, 2006. All work shall be completed within 90 calendar days after the effective date of the Notice to Proceed. The evaluation factors in order of importance shall be used to evaluate quotes: 1) Past Performance: Provide a listing of your projects for the past three-year period, which most closely relates to this type of work. Include the following information for each contract: a) Type of work, b) Total contract value, c) Completion date, or stage of completion if still in progress, and d) Client?s name, address, and telephone number. The Government will assess the quality of the work performed for prior clients, including timeliness, compliance with requirements, and the degree of customer satisfaction. If you experienced difficulties on any of these contracts, please describe the difficulties and any steps taken to prevent a recurrence, 2) Contractor?s Technical Capacity: Provide proposed fall protection for each building with sufficient detailed drawings, product specifications, and layout. Submit detailed information including but not limited to component, installation process, how each part works with the system, how it is affected by weather, weight restrictions, angle and distance one can maneuver from an anchor, number of workers on the layout at a time, training for the system, warranty?s, and how to rescue someone who has fallen. Provide a list of any work you intend to subcontract, 3) Work Plan and Schedule: Provide your general work plan including delivery schedule. The separate supplemental document may be used for addressing evaluation factors. The supplemental document also includes Offeror Representations and Certifications, which must be completed and submitted with offers. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. Acceptance of work will be determined by visual inspection based on adherence to contract technical specifications. The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. Inspection and acceptance will be performed at the job site. If the work does not meet contract specifications, the Government will immediately notify the Contractor in writing. Contractor may be required to remove material not meeting contract requirements at no cost to the Government. If the work does not meet specifications within two consecutive workdays after receipt of notice in writing of unsatisfactory material, the Contractor's right to proceed may be terminated and the contract considered in default. Payment will be made based on the number of jobs completed at a satisfaction level determined by the Government. The Contractor shall comply with the regulations governing the operation of premises that are occupied and shall perform this contract in such a manner as not to interrupt or interfere with the conduct of Government business. The Contractor shall use measures and precautions necessary to warn and protect the public and Government personnel and equipment during work at the project site. Such actions include, but are not limited to, furnishing and maintaining barricades and signs to and around the work site. The Contractor shall not remove, deface, injure, or destroy trees, shrubs, lawn, or natural features not designated for treatment. If the Contractor maintains storage facilities for oil or oil products on site, appropriate preventive measures shall be taken to insure that any spill of such oil or oil products does not enter any stream or other waters of the United States or any of the individual states. If a spill of petroleum product should occur in water, the Contractor shall take immediate action to clean up or contain the spill, then immediately notify the COR and the Oregon Emergency Response System (OERS), telephone 1-800-452-0311 or 1-503-378-4124, and then immediately notify the Contracting Officer. Contractor shall have a SPILL RESPONSE KIT on the project whenever equipment is operating. The spill kit shall be sufficient to absorb 34 gallons of oil, designed to float on the surface, while absorbing oil and repelling water. The KIT shall meet or exceed the physical properties of ?New Pig Products Spill Kit #408?. Oil absorbing mats are required under all stationary equipment, or equipment being serviced within the Forest Boundary to prevent leaking or spilled petroleum base products from contaminating soil and water resources. Such material will be furnished by Contactor and approved by Contracting Officer. Servicing of all equipment shall be done only in the areas approved by the Contracting Officer. If the total oil or oil products storage exceeds 1320 gallons or if any single container exceeds a capacity of 660 gallons, the Contractor shall prepare a Spill Prevention Control and Countermeasures (SPCC) Plan. Such plan shall meet applicable EPA requirements (40 CFR 112) including certification by a registered professional engineer. Equipment shall be furnished on a fully operational basis, of modern design and in good operating condition with no fuel or oil leaks. Repairs and move-in/move-out are the Contractor?s responsibility. All equipment shall be power washed and shall be clean prior to entering Forest Service Land. No objectionable material shall be allowed to enter any stream, river, lake, or other body of water. Material which falls in these areas shall be retrieved and disposed of, or incorporated in the work as directed by the Contracting Officer, and damage to vegetation or structures outside the project limits shall be repaired as directed by the Contracting Officer. The Contractor shall not operate equipment or otherwise disturb the natural vegetation and soil beyond the areas flagged on the ground or beyond two feet from edge of walkways, top of cuts, or toe of fills. Land monuments and property markers shall not be disturbed until the Contracting Officer, or his/her representative, has witnessed or otherwise referenced their location and directed their removal. The Contractor may use the exterior outlets of the building they are working on, while work is in progress, at no cost to the Contractor. Work shall be limited to the hours between 7:00 a.m. and 7:00 p.m., Monday through Friday. The Contractor shall conduct activities so that interference with the public shall be kept at a minimum. The project site shall be open to public access and free of hazards on weekends. Any activities requiring closure to the public shall be scheduled with the COR at least 7 days in advance. Potential safety hazards are listed below. Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. This list shall not be deemed to be all-inclusive. The Contractor shall bear the sole responsibility for taking all appropriate actions necessary to prevent accidents and injuries to individuals at the worksite. Potential safety hazards include, fall hazard from work heights exceeding six feet, electrical hazard, mechanical hazards such as pulleys, springs, etc. Unless working tolerances are specified, all work performed and materials furnished shall be in reasonably close conformity with lines, grades, cross sections, dimensions, and material requirements shown on the Drawings, indicated in the specifications, or designated on the ground. "Reasonably close conformity" is in compliance with reasonable and customary manufacturing and construction tolerances. The following FAR clauses and provisions are applicable to this solicitation and may be obtained at the following website; www.arnet.gov/far: 52.215-5 Facsimile Proposals, 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors ? Commercial Items, 52.212-2 Evaluation ? Commercial Items, 52.212-3 Offeror Representations and Certifications ? Commercial Items, 52.212-4 Contract Terms and Conditions ? Commercial Items, Addendum to 52.212-4: 52.211-10 Commencement, Prosecution, and Completion of Work - The Contractor shall be required to (a) commence work under this contract within 3 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 calendar days. The time stated for completion shall include final cleanup of the premises; 52.222-20 Walsh-Healey Public Contracts Act; 52.236-6 Superintendence by the Contractor; 52.236-7 Permits and Responsibilities; Post Award Conference (AGAR 452.215-73); 52.242-14 Suspension of Work; and 52.246-16 Responsibility for Supplies. 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive Orders ? Commercial Items (a)(b)(5)(14)(15)(16)(17)(18)(19)(20)(23)(24)(i)(ii)(26)(31). Supplemental Attachments 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, and 11 are available on the Internet at the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. For technical information on the Middle Fork Ranger District building, contact David Sledge at (541) 782-2283, and for technical information on the Detroit Ranger District building contact John Reynolds at (541) 854-3891. For general contract questions contact: (541) 225-6300. Responses are due by 4:30 PM local time, August 15, 2006 at USDA - Willamette National Forest, 211 E. 7th Avenue, Room 321, Eugene, OR 97401. Quoters may submit Facsimile Proposals to (541) 225-6220. DUNS NUMBER: __________________ TIN NUMBER: ____________________ CONTRACTOR?S NAME: _____________________________ CONTACTOR?S PHONE NUMBER: _________________
- Place of Performance
- Address: Willamette National Forest, 211 East 7th Avenue, Eugene Oregon
- Zip Code: 97401
- Country: UNITED STATES
- Zip Code: 97401
- Record
- SN01101299-W 20060731/060729220226 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |