Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

Z -- The contractor shall furnish the necessary personnel, materials, equipment, services and facilities to perform all repairs to complete Fire Safety Deficiencies.

Notice Date
5/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ER TEAM B ACQUISITION AND GRANTS BRANCH12201 SUNRISE VALLEY DRIVE, MS-152 RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
10ERQQ0342
 
Response Due
7/8/2010
 
Archive Date
5/13/2011
 
Point of Contact
KEITH RHODIA CONTRACT SPECIALIST 7036487319 KRHODIA@USGS.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
N/A
 
Description
The US Geological Survey, intends to issue a Firm-Fixed Price contract using FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the request for quote; quotes will be solicited under (RFQ number 10ERQQ0342). The North American Industry Classification System (NAICS) code is 238990, and with an associated size standard of 14 million dollars. The project magnitude is between $25,000 and $100,000. Award will be made to the offeror determined to be the LOWEST PRICE, TECHNICALLY ACCEPTABLE. All contractors shall be registered at the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov and must have active registrations in the Central Contractor Registry database located at www.ccr.gov. The lack of active registration in the CCR database BY AWARD DATE will make a contractor ineligible for award. Partial quotes will not be considered and partial awards will not be made. Please direct all inquiries and questions to Keith L. Rhodia at 703-848-7319 or email krhodia@usgs.gov. The site visit will be on 29 June 2010 at 10:00am, Great Lakes Science Center, Ann Arbor Michigan. Contact Rhonda Aton at 734-214-7205 or email raton@usgs.gov for any questions pertaining to the site visit. Interested offerors MUST attend the site visit to be considered for award.All bids must be electronically submitted to Keith L. Rhodia at email: krhodia@usgs.gov NO LATER THAN 8 July 2010,4:00pm Eastern Standard Time. Late bids WILL NOT be accepted. STATEMENT OF WORK The U.S. Geological Survey (USGS) Great Lakes Science Center (GLSC) in Ann Arbor Michigan is seeking to procure services for correcting fire-safety deficiencies specific to; replacement of handrails, door frame hardware removal, demolition and removal of fume hood(s), replace safety/access ladder(s), and extension of existing loud speaker system to the maintenance shop.The Contractor shall furnish the necessary personnel, materials, equipment, services and facilities to perform all repairs to complete this project(s) at GLSC in Ann Arbor MI. The services to be performed under the scope of this requirement will focus on the overall project management and completion of work of design, removal and disposal of replaced materials and debris. The CONTRACTOR(s) shall provide project management, design, installation, and startup/integration validation. The replaced materials and debris will be removed and disposed of in accordance with Local, State, and Federal regulations. 1. Handrails & RailingsThe CONTRACTOR(s) will repair and replace handrails on stairs north, south, basement and penthouse to match existing facility handrails and to be code compliant specific to all Federal, State, and local safety codes.The CONTRACTOR(s) shall be responsible for evaluating existing site and its condition during solicitation site visit. The CONTRACTOR(s) shall use the information below as reference only to prepare for the solicitation site visit.CONTRACTOR(s) and SUBCONTRACTOR(s) shall have all permits, plans, abatement/remediation/encapsulation services, certified personnel, personal protective equipment, and authorizations necessary to proceed. Work shall not commence until all documents have been reviewed and accepted by USGS Management.Aesthetically match existing handrails & railings to existing design and materials. Restore any existing railings for original or intended functionality.Included are all materials to complete the necessary work.Signage to be compliant with ALL Federal, State, and local codes and regulations on an as needed basis.Upgrade or replace damaged railings identified. The CONTRACTOR(s) shall provide the removal and disposal of any and ALL materials not related to the completion of the described work.The CONTRACTOR(s) shall maintain a clean safe work environment for the period that the work is to start, to the point of project completion.In addition to the Base Bid Option, bidders are allowed to present any other paving option. 2. Door(s) & Hardware The CONTRACTOR(s) will remove door/door frame(s) and hardware associated from the northeast entrance to the building. This will include any and ALL finish work give a complete seamless look and to provide any functionality on an as needed bases. ALL work will be code compliant specific to ALL Federal, State, and local safety codes and regulations. The CONTRACTOR(s) shall be responsible for evaluating existing site and its condition during solicitation site visit. The CONTRACTOR(s) shall use the information below as reference only to prepare for the solicitation site visit. The following is a description of work that will be considered the Base Bid Option. CONTRACTOR(s) and SUBCONTRACTOR(s) shall have all permits, plans, abatement/remediation/encapsulation services, certified personnel, personal protective equipment, and authorizations necessary to proceed. Work shall not commence until all documents have been reviewed and accepted by USGS Management."Remove door, door frame, hardware and all materials that pertain to project completion.Aesthetically match existing design and materials, as required or needed. Restore any "rough" openings as a result of material removal for original intended appearance and or functionality.Included are all materials to complete the necessary work.Signage to be compliant with ALL Federal, State, and local codes and regulations on an as needed basis.The CONTRACTOR(s) shall provide the removal and disposal of any and ALL materials not related to the completion of the described work.The CONTRACTOR(s) shall maintain a clean safe work environment for the period that the work is to start, to the point of project completion. In addition to the Base Bid Option, bidders are allowed to present any other paving option. 3. Fume Hood The CONTRACTOR(s) will remove and dispose of specified fume hood located at GLSC loading dock area. The removal and disposal shall follow any and ALL Federal, State, and local regulations and safety codes.The CONTRACTOR(s) shall be responsible for evaluating existing site and its condition during solicitation site visit. The CONTRACTOR(s) shall use the information below as reference only to prepare for the solicitation site visit. The following is a description of work that will be considered the Base Bid Option. CONTRACTOR(s) and SUBCONTRACTOR(s) shall have all permits, plans, abatement/remediation/encapsulation services, certified personnel, personal protective equipment, and authorizations necessary to proceed. Work shall not commence until all documents have been reviewed and accepted by USGS Management.Restore any areas for original or intended functionality as a result of the fume hood removal.Included are all materials to complete the necessary work.Signage to be compliant with ALL Federal, State, and local codes and regulations on an as needed basis.The CONTRACTOR(s) shall provide the removal and disposal of any and ALL materials not related to the completion of the described work.The CONTRACTOR(s) shall maintain a clean safe work environment for the period that the work is to start, to the point of project completion. In addition to the Base Bid Option, bidders are allowed to present any other paving option. 4. Ladder(s) The CONTRACTOR(s) will replace roof ladders with new flat rung step ladders and install safety cage to penthouse ladder.The CONTRACTOR(s) shall be responsible for evaluating existing site and its condition during solicitation site visit. The CONTRACTOR(s) shall use the information below as reference only to prepare for the solicitation site visit. The following is a description of work that will be considered the Base Bid Option. CONTRACTOR(s) and SUBCONTRACTOR(s) shall have all permits, plans, abatement/remediation/encapsulation services, certified personnel, personal protective equipment, and authorizations necessary to proceed. Work shall not commence until all documents have been reviewed and accepted by USGS Management.Restore ladder(s) to original intended functionality.Included are all materials to complete the necessary work.Signage to be compliant with ALL Federal, State, and local codes and regulations on an as needed basis.Upgrade or replace damaged ladders, railings, rungs, and cages identified. The CONTRACTOR(s) shall provide the removal of any and all materials not related to the completion of the described work.The CONTRACTOR(s) shall maintain a clean safe work environment for the period that the work is to start, to the point of project completion. In addition to the Base Bid Option, bidders are allowed to present any other paving option. 5. Loud Speaker System The CONTRACTOR(s) will extend the existing loud speaker system to cover the maintenance shop area(s). The CONTRACTOR(s) shall be responsible for evaluating existing site and its condition during solicitation site visit. The CONTRACTOR(s) shall use the information below as reference only to prepare for the solicitation site visit. The following is a description of work that will be considered the Base Bid Option. CONTRACTOR(s) and SUBCONTRACTOR(s) shall have all permits, plans, abatement/remediation/encapsulation services, certified personnel, personal protective equipment, and authorizations necessary to proceed. Work shall not commence until all documents have been reviewed and accepted by USGS Management. Aesthetically match wiring, speakers and any other system component(s) not listed to existing design and materials. Speaker system shall meet the needs of the existing, original system and its intended functionality.Included are all materials to complete the necessary work.Signage to be compliant with ALL Federal, State, and local codes and regulations on an as needed basis.Upgrade or replace damaged components so that entire system works as designed. The CONTRACTOR(s) shall provide the removal of any and all materials not related to the completion of the described work.The CONTRACTOR(s) shall maintain a clean safe work environment for the period that the work is to start, to the point of project completion. In addition to the Base Bid Option, bidders are allowed to present any other paving option. 6. Project Management Responsibilities The CONTRACTOR(s) is generally responsible for management of the project including but not limited to the following: Creating and maintaining a timeline of this project in MS Project 2007.Meeting management and minutes emailed to USGS Project Manager/COR/COTR within two (2) days following each meeting.Assisting the USGS Project Manager/COR/COTR with administrative tasks, including coordination activities with the facility staff.Providing technical expertise to evaluate design, installation, and operation of the projects description.Advising the USGS Project Manager/COR/COTR immediately of any related problems which are beyond the CONTRACTOR(s) ability to resolve.Work performed under this contract shall be accomplished by or under the direction of professionals registered to practice/work in the particular field involved. 7. Schedule The following initial schedule assumes that the initial meetings will be scheduled in advance of the NTP. Contractor shall submit a baseline timeline that includes but is not limited to the scheduled items in, meetings, deliverables, and site visits, 1 week after NTP. This baseline schedule shall also show other operational and project activities at the facility site that affect the timing and performance of this contract. On site work sessions to design1 weeks after NTP50% Project Status Review2 weeks after NTP80% Design/Construction Review4 weeks after NTP100% Design/Construction Review5 weeks after NTP 8. Design & Construction Philosophy USGS is committed to a high quality of design in developing buildings and sites. Federal buildings express the image of the Government to the public, and in doing so; the buildings should reflect professionalism, cleanliness, efficiency, organization, and the promotion of friendliness. Planning and design philosophy for the building facilities shall incorporate features and ideas which: Develop a facility that supports the functions (mission) of the site.Maximize energy efficiency of the lighting system.Utilize materials, systems, and methods which achieve the requirements of a minimum life of 25 years or recommended. Warranty from CONTRACTOR(s) on workmanship and materials/equipment shall be 24 months from start of operation.Materials and equipment which require minimum maintenance should receive maximum design consideration emphasizing Usability and Maintainability with minimized Life Cycle Cost.Encourage and promote energy conservation through (LEED), insulation, fenestration, electrical power, lighting, heating, ventilation, air conditioning, etc.A. Meetings The CONTRACTOR(s) will schedule all meetings with the USGS Project Manager/COR/COTR. The CONTRACTOR(s) will prepare and distribute meeting minutes on these meetings. A copy of the meeting minutes will be sent to the COR/COTR, CO, and the USGS Project Manager as soon as possible following the meeting date. Notes will include meeting location, participant list, date, agenda, decisions made, and action items with names of responsible parties and deadlines. 1. Pre-Study Conference: As soon as possible after the delivery order is awarded, the CONTRACTOR(s) will work with the USGS Project Manager, COR/COTR to schedule a pre-study conference. The conference will be held to facilitate maximum participation by CONTRACTOR(s) staff, the USGS organizations, and other applicable agencies. The CONTRACTOR(s) will chair the meeting. The CONTRACTOR(s) will: Obtain a listing of all attending organizations and their representatives from USGS. Assist the USGS with written documentation of the meeting time, date, location and purpose at least one week prior to the meeting date.Prepare meeting preparatory materials and an agenda for distribution at the meeting with the assistance of the USGS Project Manager/COR/COTR.Facilitate the meeting.Prepare minutes as described above and distribute to all participants. B. Site Visits 1. Work Site Visits: The following site visits are required and necessary for CONTRACTOR(s) to complete 100% Design, Installation Plan Complete and Acceptance Deliverables.100% Design and Installation Plan Complete Review. Daily on-site meeting during work or as needed.The CONTRACTOR(s) shall conduct site visits as necessary to complete the project planning, work, and startup, and will obtain prior written approval for each site visit or group of site visits from the USGS Project Manager/COR/COTR. 2.Work Site Environment: Working Hours: m-f 730am-4pm; or standard working hours center/site specific. Site Building Access: No building access without written authorization. Completion Time Limit: The CONTRACTOR(s) shall employ sufficient personnel and equipment; and order supplies to complete all work of this contract. Security: The CONTRACTOR(s) shall provide written acknowledgement and understanding of the site security team requirements, procedures, and guidelines from each CONTRACTOR(s) and SUBCONTRACTOR(s) employee onsite. 1. On any day that the CONTRACTOR(s) or SUBCONTRACTOR(s) is on-site, the CONTRACTOR(s) shall provide an on-site staff list for that day to the site facility security team, updated each day.2. The USGS Project Manager/COR/COTR or any member of the USGS site facility security and safety teams may stop all work based on their discretion that the work poses a safety risk to the USGS operations, mission, or employees. 3. The CONTRACTOR(s) shall safely stop all work immediately and will not restart until the situation is resolved with the CO. Utilities Access: Site facility provided utilities, HEATED BUILDING, electrical, NO POTABLE WATER, restrooms NO CONTRACTOR(s) required supply. V.Deliverables The CONTRACTOR(s) shall submit for USGS Project Manager/COR/COTR approval, an updated MS Project file timeline in electronic format via email, to the USGS Project Manager/COR/COTR five (5) business days from notice to proceed. The CONTRACTOR(s) shall submit for approval, an updated MS Project file timeline in electronic format via email, to the USGS Project Manager/COR/COTR five (5) business days prior to the 100% Design and Installation Plan Complete Review meeting on site. Upon approval of each timeline submission by USGS Project Manager/COR/COTR, the CONTRACTOR(s) shall include the most recent approved timeline with each delivery of meeting minutes. VI. Format of Deliverables A. Media FormatThe following format guidelines shall be used for the electronic media format deliverables. Electronic document file formats shall be delivered as:Electronic documents shall be provided in MS WORD.Electronic submissions of 100% design and as-built documents shall be supplied in MS WORD and an additional set of files in Adobe Acrobat PDF format.Drawings shall be provided with all model data in a format compatible with AutoCAD LT 2005 and a file of identical drawings in Adobe Acrobat PDF format. B. Record Keeping The following format guidelines shall be used for the record keeping format deliverables. Record keeping file formats shall be delivered as: The CONTRACTOR(s) will develop a filing system to facilitate document storage and retrieval. The CONTRACTOR(s) is responsible for maintaining all required files pertaining to the project. Documentation of costs for transportation, lodging, meals, and incidental expenses incurred by CONTRACTOR(s) personnel on official company business relative to this contract shall be governed by the terms and conditions of FAR Subpart 31.205-46, Contract Cost Principles and Procedures - Travel Costs. VII. Additional Requirements A. General Information: The CONTRACTOR(s) shall retain point of approval versions of each submitted timeline as a separate MS Project file. Hours of Operation: Work shall take place during normal business hours, Monday through Friday, unless approved otherwise by the USGS Project Manager/COR/COTR with a seven (7) day written notice. The site will also be closed for all 2010 Federal Holidays. The CONTRACTOR(s) and SUBCONTRACTOR(s) will have to provide their own computers, and telephones, neither of these items will be provided by the Government.All CONTRACTOR(s) and SUBCONTRACTOR(s) personnel shall follow the visitation and sign in procedures of the facility site. The site facility will designate a parking area for the CONTRACTOR(s) and SUBCONTRACTOR(s) to park vehicles.The USGS Project Manager/COR/COTR or on site representative shall designate areas where the CONTRACTOR(s) can store or place materials and equipment for short-term storage. There is limited space on site for the storage of CONTRACTOR(s) equipment and materials. All clean up and removal of materials and any other debris shall be the responsibility of the CONTRACTOR(s) and SUBCONTRACTOR(s) and shall occur daily. The CONTRACTOR(s) and SUBCONTRACTOR(s) shall maintain the site free of misc. debris and shall maintain cleanliness of the work site by promptly removing debris, tools, and excess material.Upon completion of the contract, the CONTRACTOR(s) and SUBCONTRACTOR(s) shall remove all equipment and excess materials, and shall restore the site to its original condition, as approved by the USGS Project Manager/COR/COTR or on site representative, at no additional cost to the government. B. Changes: Comment Resolution: If the CONTRACTOR(s) cannot comply with any written comment received concerning any submittal, the CONTRACTOR(s) shall contact the USGS Project Manager/COR/COTR or CO immediately and identify the comment(s) and provide reasons why the comment cannot be accommodated. The USGS representative will provide additional direction to the CONTRACTOR(s) within one week. All changes, including the CONTRACTOR(s) personnel or SUBCONTRACTOR(s) for this project, USGS representative must review and approve the change in advance.Replacement personnel shall have, at minimum, equivalent qualifications as the original personnel. C. Payment: Payment for the project will correspond to the CONTRACTOR(s) satisfactorily completing each of the four (4) deliverables. Payments to the CONTRACTOR(s) will be approved after successful completion of the USGS Project Manager/COR/COTR and USGS team review of the project Deliverable being accepted. D. Other Direct Cost: The CONTRACTOR(s) shall notify the USGS Project Manager/COR/COTR and CO of any event or tasks that the CONTRACTOR(s) thinks will cause a change in cost to the projects. Only the CO can give resolution or authorization to the CONTRACTOR(s). E. Release of Information: The CONTRACTOR(s) and SUBCONTRACTOR(s) shall not discuss or disseminate any information concerning the specific projects to individuals/firms outside the Government without the approval of the USGS Project Manager/COR/COTR and CO. VIII. Mandatory Codes and Standards A. Safety and Environmental: CONTRACTOR(s) and SUBCONTRACTOR(s) shall ensure that the personnel performing work will have the appropriate safety training, certifications, tools and equipment necessary (including all Personal Protective Equipment [PPE]) to perform the required tasks. The CONTRACTOR(s) and SUBCONTRACTOR(s) shall provide the above-listed records of training and certification as requested by the USGS Project Manager/COR/COTR or Representative, On-Site Environmental and Safety Representative. SUBCONTRACTOR shall comply with all applicable plans, specifications, environmental and safety requirements, documents, Federal, State, and Local rules and regulations. On-Site personnel reserve the right to stop work for any Safety or Environmental violation. Scope includes the following:1. An initial walk through inspection shall be performed with CONTRACTOR(s), SUBCONTRACTOR(s), USGS Project Manager/COR/COTR or Representative, On-Site Environmental and Safety Representative.2. CONTRACTOR(s) and SUBCONTRACTOR(s) shall have all permits, plans, abatement/remediation/encapsulation services, certified personnel, personal protective equipment, and authorizations necessary to proceed. Work shall not commence until all documents have been reviewed and accepted by USGS Management.3. CONTRACTOR(s) and SUBCONTRACTOR(s) shall develop a Site Specific Safety and Accident Prevention Plan and an Environmental Protection Plan in accordance with Federal, State, Local specifications and designs, regulations, codes, standards, and any current instructions. These plans shall be submitted to the USGS Project Manager/COR/COTR.4. CONTRACTOR(s) and SUBCONTRACTOR(s) shall furnish Material Safety Data Sheets (MSDSs) and a complete hazardous material inventory for all materials and components that will be brought onto or used on site to the USGS Project Manager/COR/COTR and must be approved by the designated Environmental and Safety Specialist prior to bringing the materials on-site. 5. CONTRACTOR(s) and SUBCONTRACTOR(s) shall maintain a hazardous waste inventory, hazardous material inventory of materials in use and in storage for the work site in accordance with the Environmental Protection Plan, all applicable Transportation, Environmental, Safety and Occupational Health: Federal, State, and Local, specifications and designs, regulations codes, standar
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10ERQQ0342/listing.html)
 
Place of Performance
Address: Great Lakes Fire Center Ann Arbor, MI 48105
Zip Code: 48105
 
Record
SN02148389-W 20100515/100513234821-b414919425ddfe1d499520ed7a2ef878 (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.