SOLICITATION NOTICE
S -- Re-Seal and Clean Windows
- Notice Date
- 8/21/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 110 Luke Avenue, Suite 270, Bolling AFB, District of Columbia, 20032
- ZIP Code
- 20032
- Solicitation Number
- FA7012-08-T-0055
- Archive Date
- 9/13/2008
- Point of Contact
- Patrice A Irby,, Phone: 202-767-7874, Maria B Williams,, Phone: 202-767-8103
- E-Mail Address
-
patrice.irby.ctr@afncr.af.mil, maria.williams@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-18. This is a Small Business set-aside. The North American Industry Classification System code is 561720 at $15 million size standard. Work shall be in accordance with attached Statement of Work. Contractor shall bid an all inclusive price. LINE ITEM: 0001: The Contractor shall provide all necessary labor, equipment, tools, materials, transportation, supervision and services necessary to Re-Seal and Clean Windows at building 1302, on Bolling Air Force Base, Washington, DC 20032-0101. $_______________. STATEMENT OF WORK, DESCRIPTION OF SERVICES: The contractor shall provide all personnel, labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to re-seal and clean the windows at Building 1302, on Bolling Air Force Base, Washington, DC. SCOPE OF WORK: The following work description shall serve as general information only and shall not limit the contractor's responsibility or obligations to conform to all local, state, and federal laws as well as manufacturer's recommendations. The Contractor shall clean the exterior of all the windows at Building 1302. The Contractor shall also replace all of the weather sealant around the stairwell windows of Building 1302. This includes the thorough removal of all the old caulking and sealant. All windows shall be re-sealed, ensuring there are no gaps. The new sealant shall prevent any and all water entry from the re-sealed areas. The contractor shall provide to the QAP all specifications and MSDS for the sealant to be used for the re-sealing of the stairwell windows. All areas disturbed and or damaged as a result of contractor actions will be repaired to its original condition by the contactor with no expense to the government. Properly remove and dispose of all debris, associated with the services provided in the cleaning and re-sealing of the windows at Building 1302 at a location outside of Bolling AFB. Disposal shall meet all federal, state, and local laws. All work and material will be in accordance with Occupational Safety & Health Administration (OSHA) requirements/standards within all the latest additions. All work shall meet industry standards. The work schedule shall be coordinated with Civil Engineer Squadron's Quality Assurance Personnel, prior to start of work. CONTRACTOR REQUIREMENTS: The contractor shall provide supervision that is experienced and fully qualified. The supervisor shall maintain direct control and close surveillance of all contract personnel who are performing the installation of all equipment identified in this contract. Supporting documentation of each employee classification/certification used on this contract shall be made available upon request. PRE-INSTALLATION REQUIREMENTS: Before project start, the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the completion of these services. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. GOVERNMENT REMEDIES: The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor's failure to perform satisfactory services or failure to correct non-conforming services. HOURS OF OPERATION: Normal duty hours are from 0700 to 1600 hours Monday through Friday. The contractor shall perform the services required under this contract during the following hours: 0700-1600 Monday through Friday. The contractor will be required to meet with the government within 48 hours after contract award to establish a work schedule. Work will be completed & inspected within 60 working days of the start date. FEDERAL HOLIDAYS: The following is a list of Federal Holidays observed by this installation. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday, shall be performed the next business work day. New Years Day, Independence Day, Thanksgiving Day, Martin Luther King Jr. Birthday, Veterans Day, Christmas, President's Day, Labor Day, Inauguration Day, Memorial Day, Columbus Day. SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. BASE ACCESS: The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor shall submit a master personnel roster on company letterhead to the Contracting Officer. The master roster shall include all personnel working on the contract in alphabetical order to include, full name, date of birth, social security number, and driver's license number with its state of issue. Vehicle registration, proof of insurance and a valid driver's license must also be presented for all vehicles when entering the installation. Lost vehicle and entry passes shall be reported immediately to the visitor control center and the Contracting Officer. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER IN ACCORDANCE WITH DoDI 3020.37: In the event the contractor is unable to perform their daily operations due to peacetime emergency and/or wartime contingency disturbances, etc., neither the government nor the contractor shall take action for non-compliance with the contract requirements. COORDINATION: The point of contact for this project is the 11th Civil Engineer Squadron QAP, Mr. Joseph Bassett (202) 767-1255. QUALITY ASSURANCE: The government shall evaluate the contractor's performance under this contract using the 100% Surveillance method to ensure compliance of all specifications and objectives stated in the Statement of Work and Industry Standards. WARRANTY: Warranties under this contract shall include standard warranties offered to the general public. The contractor shall be responsible for replacing any warranty items within an appropriate period of such warranty. SERVICE DELIVERY SUMMARY: N/A. GOVERNMENT FURNISHED PROPERTY AND SERVICES: Water, electrical power, existing facility lighting, and restroom facilities will be made available to the contractor by the government during the performance of their work. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITAITON. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTION AND ACCEPTANCE TERMS: Contractors' standard inspection procedures shall be used. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9, Personal Identity Verification of Contractor Personnel, 52.212-1, Instructions to Offerors-Commercial Items, 52.219-6 Notice of mall Business Set-Aside, 52.222-3 Convict labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52,222-21 Prohibition Of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers With Disabilities, 52.222-41 Service Contract Act Of 1965, 52.223-5 Pollution Prevention and Right-to Know Information, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-1 Site Visit, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, 252.225-7001 Buy American Act And Balance Of Payments Program, 252.225-7036 Alt I Buy American-Free Trade Agreement-Balance of Payments Program (Mar 2007) Alternate I, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III. CONTRACT CLAUSES INCORPORATED BY FULL TEXT: 52.212-2, Evaluation-Commercial Items, 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2008) ALTERNATE I (APR 2002) an offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008) (Deviation), 52.219-28 Post-Award- Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.252-2 Clauses Incorporated by Reference, 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payments Program Certificate (Oct 2006) Alternate I, SOLICITATION RESPONSES must be received no later than 2:00 pm Eastern Standard Time 29 August 2008 at 11TH Contracting Squadron/LGCF, 20 MacDill Blvd, Suite 247, Bldg P20, Bolling AFB, DC 20032. Mail, facsimile (202) 767-7896, or e-mail response to patrice.irby.ctr@bolling.af.mil. A site visit will be conducted 27 Aug 08 at 9:00 a.m. Please e-mail your list of attendees to patrice.irby.ctr@bolling.af.mil, 26 Aug 08, by 3:00 p.m. The list must include, name, date of birth, social security number, citizenship. All attendees must process through the Visitor's Center using the South Gate. All attendees must show current driver licenses, current valid vehicle registration and current proof of insurance. ALL DOCUMENTATION MUST MATCH. ACCESS WILL BE DENIED IF DOCUMENTS ARE NOT IN ORDER. THE SITE VISIT WILL START PROMPTLY AT 9:00 A.M. An official authorized to bind your company shall sign the offer. The prevailing wage determination is WD 05-2103 (Revision 6) dated 29 May 2008. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. To be eligible for an award, all contractors must have a valid registration with in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to Ms. Patrice Irby, Contract Specialist, Phone (202) 767-7874, FAX (202) 767-7896, e-mail: Patrice.irby.ctr@bolling.af.mil. Point of Contact: Patrice Irby, Contract Specialist, Ph 202-767-7874, FAX 202-767-7896; e-mail: patrice.irby.ctr@bolling.af.mil. Maria Williams, Contracting Officer, Ph 202-767-8103, FAX 202-767-7896, e-mail: maria.williams@bolling.af.mil. PLACE OF PERFORMANCE: Building 1302, Bolling AFB, Washington DC
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d40717cf96504234685d48e76d43cc6&tab=core&_cview=1)
- Place of Performance
- Address: Bolling Air Force Base, Building 1302, Washington, District of Columbia, 20032-0101, United States
- Zip Code: 20032-0101
- Zip Code: 20032-0101
- Record
- SN01647413-W 20080823/080821222557-5d40717cf96504234685d48e76d43cc6 (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 |