Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2007 FBO #1874
MODIFICATION

Z -- Roof Repair, Statesville Courthouse, Statesville, North Carolina

Notice Date
1/11/2007
 
Notice Type
Modification
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Charlotte Property Management Center (4PMC), 521 East Morehead Street, Charlotte, NC, 28202, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-04P-07-RDP-0014
 
Response Due
2/9/2007
 
Archive Date
3/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE ONLY-THIS IS NOT A REQUEST FOR PRICE PROPOSALS. The U.S. General Services Administration announces an opportunity to qualified Roofing Contractors for the Roof Repair Project, Statesville Courthouse, Statesville, NC. The anticipated issue date of the solicitation is January 19, 2007. The bid due date will be February 9, 2007. To be included on the Bidder's Mailing List (BML), please fax or e-mail your request to Maria Calica, Building Operations Specialist, at mariaa.calica@gsa.gov or fax to (704) 344-6229. Please reference solicitation number GS-04P-07-RDP-0014 on your request. Contractors should provide their street mailing address on the request. TELEPHONE REQUEST WILL NOT BE HONORED. ALL QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE SUBMITTED IN WRITING. To ensure that you receive all information regarding this solicitation, register to receive updates at www.fedbizopps.gov and follow the procedure for notification. ALL CONTRACTORS BIDDING ON THIS PROJECT MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION. Contractors will need to complete a one-time business registration in CCR, with annual updates. To register, you must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identification number. The Duns number is free and can be obtained by following the hyperlink on the CCR website or by contacting Dun & Bradstreet, Inc. at (800) 333-0505. Once a DUNS number has been obtained, you may register in the CCR at http://www.ccr.gov or for further assistance, you may call (888) 227-2423 or e-mail at CCR@dlis.dla.mil. PLEASE INCLUDE YOUR DUNS IDENTIFICATION NUMBER ON YOUR REQUEST. GENERAL REQUIREMENTS PRIOR TO SUBMITTING OFFER: The contractor should visit the site prior to bidding on this project in order to verify all dimensions and familiarize himself with the existing conditions, so that he may obtain a full knowledge of any and all difficulties which may be encountered in the execution of this work. If you choose to visit the site, please make an appointment with Dale Starnes, GSA, Charlotte, NC, at 704-344-6308. Failure to inspect the site prior to bidding in no way relieves the contractor of the responsibility to complete all work in accordance with the specifications of this contract. After contract has been awarded, the contractor has 30 days after notice to proceed has been issued to complete all work. The contractor shall furnish all labor, materials, equipment, and supervision to perform work in accordance with the following requirements and specifications. The contractor shall submit to the contracting officer, a complete price break down of the total bid offer to include materials, labor, and overhead/profit. LIQUIDATED DAMAGES: If the Contractor fails to complete the work within the time frame specified in the contract, or any extension, the Contractor shall pay to the Government as liquidated damages, the sum shown below for each calendar day of delay. If the Government terminates the Contractor?s right to proceed, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned by the Government in completing the work. If the Government does not terminate the Contractor?s right to proceed, the resulting damage will consist of liquidated damages until the work is completed or accepted. The dollar value for Liquidated damages set for this contract will be $100.00 a day. GENERAL NOTES: The contractor shall guarantee all labor, materials, and equipment for a period of not less than one year after the date of acceptance of work by the Government. Work shall be performed in accordance with all applicable city, state, and federal codes, and shall be done by a specialty contractor skilled in the trade. If conditions prevent completion of work within the allotted time schedule, the contractor must request a time extension in writing, giving specific reasons why an extension should be given. The contractor shall be responsible for repairing any damage to the building, grounds, or other property, caused as a result of work performed under this contract. In the event GSA issues any keys, keycards, or access codes to the contractor or contract employees, they shall be signed for, and returned to GSA before we release payment. One (1) parking space will be provided to the contractor. Contractor shall make his own arrangements for parking. Contractor is responsible for obtaining all local permits and paying all applicable Fees. SECURITY ISSUES: After the contract has been awarded, and before work begins the project manager and/or supervisor must pass a security clearance prior to working on site. The contractor shall have those individuals complete a personal history form and two (2) sets of fingerprint cards to be processed through Federal Protective Service (FPS). No one will be allowed to work on this project until this clearance is obtained. The individuals that have obtain suitable clearance through FPS will act as escort for all other contractor employees and subcontractors. All other personnel that are not in a supervisory position and that do not possess an FPS clearance must obtain a US Marshal?s (USMS) waiver before entering the premises. These contractor employees must complete the following information for each employee or subcontractor expected to perform work on federal property: Full name, date of birth, place of birth, social security number, and race. This information will be forwarded to the USMS for the purpose of running security checks. As a result of this check, the US Marshal may require that certain individuals not be allowed to work on federal property. The Government reserves the right to exclude or remove from the site or building any employee of the Contractor or Subcontractor whom the Government deems incompetent, careless, insubordinate, or otherwise objectionable or whose continued employment on the work is deemed by the Government to be contrary to the public interests. The Government further reserves the right to complete processing of security documentation for Contractor personnel assigned to work within restricted access areas prior to access to such areas by Contractor personnel. SAFTEY ISSUES: The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work, 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. Whenever chemical products such as cleansers, paints, oils, etc. are used, the contractor shall furnish to GSA before start of work, copies of all Material Safety Data Sheets. GSA shall have the right to approve or disapprove products used. A copy of each accident report, which the Contractor or subcontractors submit to their insurance carriers, shall be forwarded through the Construction Representative to the Contracting Officer as soon as possible, but in no event later than seven (7) calendar days after the day the accident occurred. The Contractor shall bring to the attention of the Contracting Officer any material suspected of being hazardous which he/she encounters during execution of the work. A determination will be made by the Contracting Officer as to whether the Contractor shall Perform tests to determine if the material is hazardous. If the Contracting Officer directs the Contractor to perform tests, and/or if the material is found hazardous and additional protective measures are needed, a contract change may be required, subject to applicable provisions of this contract. Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Debris shall be removed on a daily basis. Contractor shall provide his own dumpster and shall not use existing on-site dumpster. Before completing the work, the contractor shall remove from the work site and premises all rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work and before requesting final inspection, the contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer. SCOPE OF WORK Remove build up roof from over penthouse and loading dock. Remove and replace any deteriorating decking Patch the removed area with new system compatible with the existing Inspect and reflash six- (6) drain down spouts Remove and dispose of in a legal manner all roof related debris All work shall comply with standard roofing practices WORK PERFORMANCE: All equipment and materials removed by the contractor and not reserved by the Gov't shall become the property of the contractor and shall be removed from the site by the contractor. All materials replaced or provided as a part of this contract shall be of equal or better quality as existing, purchased from a reputable manufacturer and commercially available. Work may be performed during normal Gov't working hours. Work shall be scheduled in advance with GSA in order to arrange access. Because of the nature of business conducted at the Court House, contractor may be required to stop work on occasion during normal working hours. Work areas shall be cleaned/cleared daily so that tenant access to and use of space shall not be obstructed. In any case of discrepancy in the specification, the matter shall be immediately brought to the Contracting Officer's attention, without whose decision said discrepancy shall not be adjusted by the contractor, save only at his own risk and expense. The contractor shall not perform any work or make any repairs not covered under this specification without prior written approval from the Contracting Officer. The contractor shall require his employees and subcontractors to comply with the instructions, pertaining to conduct and building regulations, issued by duly appointed GSA officials, such as Buildings Managers, Inspectors, etc. There may be duress alarms and/or security alarms in the work area. The contractor shall familiarize himself with their location, so as to avoid setting them off Contractor should receive all directions and instruction from GSA personnel only for any additional work or change orders. Any work performed prior to GSA approval will be done at contractors on expense. Contractor shall schedule all painting, staining, varnishing, etc., for after normal building operation hours. COMPLETION AND ACCEPTANCE: Services performed shall be subject to inspection by an authorized representative of GSA. Any work which does not conform to the specifications or applicable special conditions shall be rejected and the contractor shall be required to make the necessary corrections promptly without additional cost to the Government. After work is completed and accepted, the area shall be free of all trash, debris, etc. created as a result of this contract. The Government reserves the right to charge the contractor any additional cost of inspection or testing when material or workmanship is not ready at the time specified by the contract for inspection or test or when reinspection or retest is necessitated by prior rejection. SPECIAL NOTES: According to our records, there is NO asbestos in this work area. It is NOT anticipated that any asbestos removal or encapsulation will be required under this contract. END OF GENERAL REQUIREMENTS
 
Place of Performance
Address: Statesville Federal Building/Courthouse, 200 West Broad Street, Statesville, North Carolina
Zip Code: 28677-5258
Country: UNITED STATES
 
Record
SN01209920-W 20070113/070111221548 (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 |
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.