SOLICITATION NOTICE
Z -- Mold Remediation - Mammoth Quarters, Yellowstone National Park.
- Notice Date
- 2/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1576100009
- Response Due
- 2/25/2010
- Archive Date
- 2/10/2011
- Point of Contact
- Andy H. Fox Contract Specialist 3073442149 andy_fox@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1576100009. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-38 and are available in full text through Internet access at http://www.acqnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 562910 and the small business size standard is $14.0 million dollars. The proposed contract is set-aside for Small Business Concerns. All responsible small business concerns may submit a proposal which shall be considered by the National Park Service (NPS). QUOTES ARE DUE for this combined synopsis/solicitation on Thursday February 25, 2010 at 2:00 PM Mountain time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Andy Fox. Faxed quotes are preferred with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to andy_fox@nps.gov. All questions regarding this solicitation should be faxed to 307-344-2079 or emailed to andy_fox@nps.gov. Yellowstone National Park requires mold remediation on (5) five employee housing units in the Mammoth Hot Springs area of Yellowstone National Park. Work needs to be complete by April 1, 2010. The following is a description of the requirements: Statement of Work for Mammoth Mold RemediationPurposeDue to mold infestation in National Park Service Employee Housing Units at Mammoth Hot Springs in Yellowstone National Park, expeditious remediation of the mold is necessary as described in this Statement of Work. The contractor is required to submit a remediation plan that includes methodology to remove moldy building materials, furnishings, and fixtures to avoid spreading the mold. The plan should cover the use of appropriate Personal Protective Equipment (PPE).Work includes remediation of mold using a variety of methods, given severity, materials affected, and type of surface affected including, but not limited to, containment of affected areas; maintaining negative pressure in containment areas; scrubbing, wiping mold off of hard surfaces with detergent and water and/or biocides; vacuuming dried mold, dust and other materials with HEPA vacuums; de-humidification of moist areas; laundering of bedding, linen, clothes, etc.Follow-up sampling, submittal of lab reports and a statement confirming that all areas have been adequately cleaned and remediated, is also required.StandardsAll mold remediation activities shall be performed in accordance with the Institute of Inspection, Cleaning, and Restoration Certification (IICRC) - Standard and Reference Guide for Mold Remediation - S-520.GeneralMammoth Hot Springs is located 5 miles southeast of Gardiner, Montana. Access is through the North Entrance to Yellowstone National Park, adjacent to Gardiner, Montana. Quality Assurance IndicatorsMeasures to insure the quality and effectiveness of remediation shall be undertaken by the contractor in accordance with IICRC-S520. Evaluations during, as well as after remediation, shall be conducted to confirm the effectiveness of the work. At a minimum the following quality assurance indicators should be followed and documented:"Isolation of the work areas was appropriate and effective"Mold removal and worksite cleanup was performed according to the site-specific work plan"Any additional moisture or mold damage discovered during remediation was properly addressed"Upon completion of remediation, surfaces are free from visible dust and debris"Sampling and lab results are evaluated by a trained building or environmental health professional.Work PlanBuilding #376 (Morey), #380 (Cunningham), # 381 (Potts), #383 (Young), #562 (Dooley) The structures are single story residential buildings that are approximately twelve hundred (1,200) square feet. Some have an unfinished basement and some have a crawlspace. The crawlspace is accessed through a floor opening in a pantry closet in the building. There is some debris and insulation throughout the crawlspace. Moderate fungal growth was observed on the rim joists and random spotty fungal growth was observed on the subfloor and floor joists. An indoor air quality test was completed in the kitchen area.1.For crawlspace/basement cleaning (to be completed before commencing living space cleaning):"All insulation, non structural wood debris, existing vapor barriers, and paper product debris will be removed from the crawl space, encapsulated with 6-mil polyethylene and removed from the park and properly disposed."All visible fungal growth shall be vacuumed/scrubbed with a stiff bristle brush to remove the fungal colonies. These areas should then be treated with an antimicrobial cleaning product containing quaternary ammonium chloride. "A clearance inspection will be performed prior to installation of the vapor barrier and insulation. "Install a vapor barrier consisting of 6-mil fire retardant polyethylene sheeting with all seams sealed to each other and covering 24 inches up the crawl space walls."At rim joists insulate with 4 inches of rigid, spray-applied polyurethane foam that is a standard polyurethane, 2-component mix for producing rigid, closed-cell insulation, after approval by NPS. 2.For living space: "All visible fungal growth, as well as behind bathroom fixture panels, shall be vacuumed/scrubbed with a stiff bristle brush to remove the fungal colonies. "All carpet(s) and pad(s) shall be cleaned using a steam, deep-extraction method."All upholstered (fabric) furnishings, all surfaces from the floor to the ceiling shall be inspected, HEPA-vacuumed and then wiped down with soap and water and/or a biocide containing quaternary ammonium chloride. "Air scrubbers should be run at all times during the cleaning process. The air scrubbers will be vented to the outside. "The air quality will be retested after the unit is cleaned and the results will be compared to the outside air to verify completeness of the cleaning. 3.HVAC System"If it exists, remove all insulation surrounding the HVAC system components and discard the insulation in the same manner as other material in the crawl space."Remove and replace all HVAC system filters."HEPA-vacuum all HVAC system components and then wipe down with a quaternary ammonium chloride solution."Rinse all HVAC system components with clean water."Pay special attention to fans and fan components, filter racks, drain pans, bends and horizontal sections of ductwork."Assure that the HVAC system is operated for 72 hours continuously in a normal manner, at comfortable temperatures prior to re-occupying the building. Existing Inspection ReportsThe National Park Service will provide inspection reports and laboratory results upon request.Site visits may be performed upon request Monday through Friday during the hours of 8:00 am - 4:00 pm. To arrange for a site visit please contact Jim Knoelke at 307.344.2305 or at jim_knoelke@nps.gov. You MUST be registered in CCR (Central Contractor Registration) before the award date of the contract. Contract work will be performed beginning November 10, 2009 and must be completed by November 28, 2009. General Line Item Notes:1. Quoters shall submit a price for all line items; failure to do so may render the quote unacceptable.2. The Government reserves the right to award any or all of the line items at the time of contract award.Remediation of Building #376 in accordance with the Statement of Work Remediation of Quarters$______________________ Remediation of Building #380 in accordance with the Statement of Work Remediation of Quarters$______________________ Remediation of Building #381 in accordance with the Statement of Work Remediation of Quarters$______________________ Remediation of Building #383 in accordance with the Statement of Work Remediation of Quarters$______________________ Remediation of Building #562 in accordance with the Statement of Work Remediation of Quarters$______________________ GRAND TOTAL AMOUNT$______________________ Business Name: ____________________________________DUNS:___________________ Business Address: ______________________________________________________________ Business Phone: ___________________________________FAX: ________________________ Email Address:___________________________________________________________________ Offeror Name: ________________________________________Date:_____________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acqnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source.; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Clam;and, the following paragraph (b) clauses added: 52.219-6, Notice of Total Small Business Set-Aside,52.219-28 Post Award Small Business Program Rerepresentation,52.222-3 Convict Labor,52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities;52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.225-13 Restrictions on Certain Foreign Purchases;52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration;and, the following paragraph (c) clauses added: 52.222-41, Service Contract Act of 1965, applies to this acquisition. The applicable wage determinations which are applicable to this acquisition can be downloaded from the following website: http://www.wdol.gov/sca.aspx#0. Enter the information for what state the work performed is located in; what county the work performed is located in; answer this question, "were these services previously performed at this locality under an SCA-Covered contract"; answer this question, "are the contract services to be performed listed below as Non-Standard Services". Quoters may also obtain a copy of the wage determination by sending a written request to Andy_Fox@nps.gov. If in the performance of this contract the contractor employs any class of service employee which is not listed within the wage determination then they shall follow the conformance procedures as indicated in subsection (c) of clause 52.222-41. 52.222-42, Statement of Equivalent Rates for Federal Hires.52.228-5 Insurance - Work on a Government Installation, applies to this acquisition.52.237-2 Protection of Government Buildings, Equipment and Vegetation, applies to this acquisition.Clause DS1452.228-70 Liability Insurance - Department of the Interior February 2003 (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: Employer's liability $100,000 General liability $500,000 Automobile liability Per person $200,000 Per occurrence for bodily injury $500,000 (other than passenger liability) Per occurrence for property damage $20,000 If this is a construction contract, the Contractor shall maintain compensation insurance, for employees engaged in the work, complying with the workmen's compensation laws of the State in which the work is to be performed and shall maintain liability insurance protecting the Contractor from claims because of bodily injury (including death) and property damage arising under this Contract. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which many adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The Contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1576100009/listing.html)
- Place of Performance
- Address: Mammoth Hot Springs, Yellowstone National Park, WY.
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02062619-W 20100212/100210234905-7583bae934a464fced983b6e0d2db27a (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 |