SOLICITATION NOTICE
56 -- Roof Restoration
- Notice Date
- 4/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- PR144340
- Point of Contact
- Charles W James,, Phone: 202.406.6940, Patricia A. Kiely, Phone: 202-406-6940
- E-Mail Address
-
charles.james@usss.dhs.gov, patricia.kiely@usss.dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Small Business set-aside combined synopsis/solicitation for commercial items prepared in accordance with The Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Quotations are being requested as official Request for Quotations (RFQ) under the Federal Acquisition Circular Fac 2005-06 with a NAICS code of 238160. The United States Secret Service (USSS) has a requirement to award a Firm-Fixed Price contract to the best Offeror to restore the entire roof system at the Judgemental Range Façade East (due to incompletion of original roof system) located at the James J. Rowley Training Center at 9200 Powder Mill Road Laurel, MD 20708. The preventative maintenance report indicates the roof is in desperate need of restoration. The façade roof was never completed. Due to high volume training this façade's roof restoration is paramount. The Offeror shall address the following: Statement of Objectives and Statement of Work: The contractor is requested to propose their solution and submit a detailed cost proposal addressing the following. • Restore existing roof system with an energy efficient system. • Restoration shall be in accordance with best commercial industry standards. • All installations shall meet or exceed International Building Code (IBC), Uniform Building Code (UBC) and Occupational Safety and Health Administration (OSHA) industry standards. Other considerations: • Install new flashing. (COTR to select color) • Scupper repair. • Coating of I beams. • Cure time between coatings. • Porta John All work to be performed by certified manufacturer installers. House Keeping The Contractor shall remove all trash and debris in accordance with Federal, State and Local laws. All areas of work shall be kept in an orderly state on a daily basis. Contractor Deliveries All deliveries are the contractor's responsibility. The contractor shall coordinate the deliveries with the COTR prior to the delivery, specifying the date and time. The contractor shall be responsible for off and on loading equipment and materials. Deliverables Upon contract award the contractor shall submit to the COTR a delivery schedule of materials for approval, shop drawings of roof system installation plan, a schedule of anticipated progress, O&M manual, certification of manufacturer's technical representative and manufacturer's warranty. Special Provision Contractor personnel proposed to work under this contract shall be US Citizens. They shall be subject to and successfully pass Police background investigations prior to being admitted to the James J. Rowley Training Center. Upon contract award, the contractor shall be provided with U S Secret Service contractor personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representative. Evaluation Factors The Government intends to award a fixed price contract to the responsible offeror whose offer conforming to the synopsis/solicitation herein, is lowest in price. The proposal will be evaluated on their ability to meet the requirements listed above and Price. It is anticipated that this requirement will be a fixed price contract. All responsible small business sources may submit a quotation which will be considered by the USSS. The following FAR provisions and clauses apply to this acquisition: FAR 25.001 Buy American Act FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) price; and 2) the capability of the services offered to meet the above stated requirements FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items The following DHS Provision are applicable: * 3052.209-70 Prohibition on Contracts with Corporate Expatriates * 3052.204-90 Unauthorized Use of Name **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. A site visit shall be conducted to provide all Offerors the opportunity to visit the facilities and understand the requirements for this solicitation at the James J. Rowley Training Center, located at 9200 Powder Mill Road, Laurel, Maryland 20708. The site visit shall take place on Wednesday April 30, 2008 at 9:00am. Those parties interested in participating in the visit MUST respond to Charles James via email at charles.james@usss.dhs.gov or by fax at (202) 406-6801 NLT (no later than) 3:00pm Wednesday April 23, 2008 via email. I will provide those who responded with a Contractor Personnel Access Application Form to be filled out ASAP and sent back to Charles James to then be sent for approval to obtain access into the facility. After the site visit is completed, quotations are due by 3:00pm pm EST on Wednesday May 7, 2008.Quotations must include all materials referenced here, and should be sent via email to charles.james@usss.dhs.gov or via fax to 202-406-6801. For additional information or questions regarding this solicitation, contact Charles James at (202) 406-6791. The entire email must not be greater than 3 MB; if the proposal is above that limit, please send multiple emails. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=441ba217ab778f17e8837cf5de2cd5a7&tab=core&_cview=1)
- Place of Performance
- Address: James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, Maryland, 20708, United States
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN01556991-W 20080420/080418215753-441ba217ab778f17e8837cf5de2cd5a7 (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 |