Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

Z -- SHEET ROCK

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
483-08MR-3891
 
Archive Date
9/26/2008
 
Point of Contact
Jo D. Scott, , William C. Och,, Phone: (304) 256-3388
 
E-Mail Address
scott.jo@dol.gov, och.william@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
MSHA IS SEEKING QUOTES FOR LABOR & MATERIALS TO REPLACE DAMAGED SHEET ROCK AND COVE BASE IN SEVERAL AREAS AT THE NATIONAL MINE HEALTH & SAFETY ACADEMY, 1301 AIRPORT ROAD, BEAVER, WV 25813. DAMAGES ARE THE RESULT OF SEVERE THUNDERSTORM ON 8/13/08. A MANDATORY SITE VISIT IS SCHEDULED FOR MONDAY, SEPTEMBER 8, 2008 AT 10:00 AM EASTERN TIME. PLEASE CONTACT GARY HUMPHREY AT 304-256-3481 TO CONFIRM YOUR VISIT. NOTE: COST PROPOSAL MUST BE SUBMITTED APART FROM THE TECHNICAL PROPOSAL AS A SEPARATE ATTACHMENT OR E-MAIL SINCE PROPOSALS WILL BE EVALUATED INITIALLY EXCLUSIVE OF COST. PLEASE E-MAIL SCOTT.JO@DOL.GOV IF THERE ARE ANY QUESTIONS. TELEPHONE CALLS WILL NOT BE ACCEPTED. Statement of Work The National Mine Health and Safety Academy, located in Beaver, WV, is requesting quotes to repair damages to sheet rock walls located at various locations throughout the Academy complex. The contractor shall furnish labor and materials required to replace all damaged sheet rock walls and cove base molding at the Academy. The Contractor shall: 1. Remove all damaged sheet rock at several different locations in the facility. 2. After damaged sheet rock has been removed, replace with mildew-proof, water-resistant sheet rock. The sheet rock will be ½" thick in some areas and 5/8" thick in other areas. Replace accordingly. 3. Once sheet rock has been replaced, tape the drywall joint, apply three coats of drywall compound, and sand to a smooth finish. 4. Apply one coat of primer and two coats Sherwin-Williams Classic 99 satin finish paint in Dover White. No equivalent or substitutions on the paint. 5. After walls have been repaired, install new cove base molding. The new cove base molding must match the color of the existing base. 6. As work progresses on this job, the contractor shall remove and dispose of all trash and debris created in order to maintain a safe clean work area. Specifications: 1. The contractor shall install new sheet rock on the walls, leaving a ½" gap from the floor. 2. The contractor shall use mildew-proof and water-resistant sheet rock on this project. The sheet rock will be ½" thick in some areas, and it will be 5/8" thick in other areas. 3. The contractor shall apply three coats of drywall joint compound and finish, leaving no visible joints or waffling. 4. The contractor shall apply one coat of primer and two coats of Sherwin-Williams Classic 99 satin finish in Dover White. No equivalent or substitutions on the paint. 5. After walls have been repaired, the contractor shall install new cove base molding to match the color of the existing base. 6. As work progresses on this job, the contractor shall remove and dispose of all trash and debris created in order to maintain a safe clean work area. 7. The contract employees must wear, keep, and maintain all safety equipment applicable to the performance of this project. 8. This project will encompass several locations in different areas of the facility. It is possible that the work being performed will require being accomplished after hours or on weekends to avoid conflicts with Academy scheduling. Work Schedule: Work shall commence immediately after contract is awarded by the contracting officer. It is requested that this project be completed within three weeks after date of the award. All work will be performed during periods of time established by the mutual consent of the contractor and the Government's Technical Project Officer (TPO). Because of the nature of the Academy's functions, some work may have to be performed at odd hours of the day and night and/or over a holiday period. Stop Work: All work shall be performed in a safe and professional manner. If work is not performed safely and professionally, the TPO will have the authority to immediately issue a stop work order. The contractor shall immediately stop work. This does not in any way affect the Government's right to terminate the contract for default or convenience in accordance with the applicable provisions of the contract. Materials Contractor Will Furnish: The contractor shall furnish all labor, personnel, supervision, plans, materials, and equipment to complete the job. Materials Government Will Furnish: The Government will not furnish any materials required for this job. Guarantee/Warranty: The contractor guarantees all materials and workmanship to be of good quality and in conformance with the best commercial practices. All products will be carefully inspected before they are used. The contractor must guarantee all materials and workmanship against existing and/or developing defects for a one (1) year period. This one-year warranty is not exclusive. The contractor is still responsible for breach of contract and negligence up to the expiration of the statute of limitations. Regulations: The contractor shall perform the services as set forth in the statement of work and in accordance with all applicable laws and regulations. The contractor warrants that he will have obtained all licenses and permits required by law to engage in the activities that are required in connection with the statement of work. Safety: The contractor shall conform to all required safety regulations for the Academy, County, State, and the Federal Government. The contractor will be liable for his employees in all aspects (includes required licenses, insurance, safety, and conduct) while working at the Academy. Clean-Up and Disposal: After the job has been completed, the contractor shall clean up all areas where work was performed and dispose of any excess materials left at the job site. The contractor shall be responsible for all fees associated with the disposal of these waste materials at an EPA-approved landfill. Notes: A walk-through with the Facility Manager is a requirement to bid on this project. Due to security concerns at this facility, it is a requirement that no convicted felons or veterans with other than honorable discharges be allowed to work here. Contracting Officer: Please schedule accordingly. EVALUATION CRITERIA AND BASIS FOR AWARD A. Award. Contract award will be made to the responsible firm whose proposal is compliant with the solicitation and is determined to be the best value to the Government, cost and non-cost factors considered. The following evaluation factors and subfactors will form the basis for award and are listed in descending order of importance: Factor A: Past Performance Factor B: Experience Subfactor 1 Technical Capability Factor C: Cost The only way to correct a deficiency would be through discussions (see FAR 15.306(d). HOWEVER, WE INTEND TO AWARD A CONTRACT WITHOUT DISCUSSIONS, AS PERMITTED BY FAR 15.306(a) AND CLAUSE 52.215-1 B. Evaluation Criteria. FACTOR A: PAST PERFORMANCE: Past Performance is a measure of the degree to which an offeror has satisfied its customers in the past, and complied with Federal, state and local laws and regulations. Assessment of each offeror's past performance will be based mainly on reputation with customers and others. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet requirements of the RFP. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Evaluator's will contact some or all of an offeror's customers and others, including, but not limited to, Federal, state, and local government agencies, better business bureaus, published media, and electronic data bases. Contacts will be asked the following: (1) Whether or not they believe that the offeror was capable, efficient, and effective; (2) Whether the offeror's performance conformed to the terms and conditions of the contract; (3) Whether the offeror was reasonable and cooperative during performance; and (4) Whether the offeror was committed to customer satisfaction. (5) Whether the offeror's performance is devoid of wage and hour issues, complaints, and/or investigations. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably for past performance. However, an offeror with no relevant past performance history, while rated neutral, may not represent the most advantageous offer to the Government and thus may be an unsuccessful offeror when compared to other offerors. Offerors will be required to submit Past Performance information as requested or an offeror must affirmatively state that it possesses no relevant, directly related, or similar past performance. FACTOR B: EXPERIENCE: The following subfactors are listed in descending order of importance and will be considered in the evaluation of the technical proposals. Each offeror will be required to provide the information associated with the subfactor listed. SUBFACTOR 1: TECHNICAL CAPABILITY: Offerors will be evaluated based on the following technical capabilities: a. Proven capabilities and experience in performing services. And other examples applicable to the work described in the Statement of Work, in the RFP.. FACTOR C: Price: The Government will use the total evaluated price method for evaluation purposes, including options. Price may be the deciding factor for selection, depending upon whether a highly evaluated technical proposal warrants the evaluated cost differential. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The degree of importance of cost increases with the degree of equality of the proposals or when the cost is so significantly high as to diminish the value of the technical superiority to the Government. All offers shall be evaluated against the established standards set forth herein.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=534ec706da1fdff0ba27406ded401bee&tab=core&_cview=1)
 
Place of Performance
Address: NATIONAL MINE HEALTH & SAFETY ACADEMY, 1301 AIRPORT ROAD, BEAVER, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN01656617-W 20080904/080902220005-534ec706da1fdff0ba27406ded401bee (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.