Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2010 FBO #3098
SOLICITATION NOTICE

J -- Upgrade Stainless Steel Food Service Hoods - NCIC Background Form

Notice Date
5/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Allenwood, PO Box 3500, Rt. 15, 2 Miles North of Allenwood, White Deer, Pennsylvania, 17887
 
ZIP Code
17887
 
Solicitation Number
RFQP0201-10-0006
 
Archive Date
6/26/2010
 
Point of Contact
Eric R. Hoover, Phone: 5705470963, Deborah A. Williams, Phone: (570)547-0963, ext. 6181
 
E-Mail Address
ehoover@bop.gov, dzwilliams@bop.gov
(ehoover@bop.gov, dzwilliams@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NCIC Background Form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This is a Request for Quotation The Federal Bureau of Prisons, Federal Correctional Complex, Allenwood, Pennsylvania intends to award a firm-fixed price contract to a responsible small business entity for removal and installation of, 19 Food Service Hoods. Solicitation: RFQP0201-10-0006 General Requirements / Specifications Wage determinations under The Service Contract Act for the State of Pennsylvania, Union County, WD 05-2447 (Rev. -9) dated 01/12/2010 apply to this solicitation and must be incorporated into the prospective vendor's quotation. ALL PERSONNEL WORKING UNDER SUBSEQUENT AWARD MUST SUCCESSFULLY COMPLETE AN NCIC (NATIONAL CRIME INFORMATION CENTER) BACKGROUND INVESTIGATION AND DEPARTMENT OF JUSTICE RESIDENCY REQUIREMENT. STATEMENT OF WORK UPGRADE STAINLESS STEEL FOOD SERVICE HOODS FY10 Federal Correctional Complex, FCC Allenwood PA 1. Purpose: The purpose of this work will be to provide all manpower, materials, tools and equipment necessary for the removal, upgrade and replacement of the stainless steel Food Service Hoods for the Food Service Departments at FCC Allenwood. All work will be performed at the Federal Correctional Complex, Allenwood, PA. 2. Specific Area Affected: The work to be performed will be on the Federal Correctional Complex Reservation, at FCC Allenwood, PA 17887, located in Central Pennsylvania. The Hoods to be upgraded are located at: A. LSCI Allenwood, Allenwood, PA. B. FCI Allenwood Food Service 1, Allenwood, PA. C. FCI Allenwood Food Service 2, Allenwood, PA. D. USP Allenwood, Allenwood, PA. 3. Description of Work: A. Provide labor, materials, equipment and services and perform all operations required for the replacement/modification of the Food Service Hoods at FCC Allenwood. At the USP, FCI Food Service 1 and FCI Foods Service 2 institutions, the contractor shall remove and discard existing water wash style stainless steel filter and wash down components from inside of existing hoods and replace them with new NSF style filter racks on a 45 degree angle with full banks of 20"x 20" removable stainless steel baffle type filters. At the LSCI, the contractor shall remove and discard non compliant water wash kitchen hoods systems to consist of (2) sets of existing main line hoods, (1) serving line hood and (1) staff dining hood and replace with all new hoods that shall share the same description with regards to fabrication procedures and components including NSF Certification, All materials used shall be 100% type 304 stainless steel, 45 degree sloping filter racks with removable baffle type filters, grease collection ability to the existing grease pipes and NSF and U.I. approved Vapor proof lights. B. The contractor shall dispose of all waste products and materials in compliance with appropriate PA/DEP, local and federal regulations. Documentation of the waste disposal shall be provided to the Facilities Department at FCC Allenwood. C. All work performed shall be in accordance with applicable industry standards, and performed in accordance with guidelines established by IBC, NFPA and ADA Standards and shall meet all other applicable Federal, State and Local regulations and standards. 4. Drawings: Prints are required for the completion of this contract. Six (6) sets of hard copies of the proposed prints and six (6) sets of the completed as-built. In addition to hard copies, at least two (2) copies shall be provided in current AutoCad standards compatible with FBOP AutoCad systems. 5. Additional information: A. Sizes and locations of hoods are: LSCI - (2) back to back hoods at the main cooking line shall be (16'0" x 5'0" x 24" high) each. (2) back to back hoods at the main cooking line shall be (19'6" x 5'9" x 24" high) each. (1) Island style hood at the serving line shall be (10'0" x 4'6" x 24" high) (1) Wall mount style hood at the staff dining line shall be (6'0" x 4'6" x 24" high). FCI Food Service 1 (2) - 16'0" long back to back hood for the main line cooking area (3) - 20'0" long back to back hoods for the main line cooking area (1) - 5'0" long hood at the staff cooking line area. (1) - 9'6" long hood at the main serving line area. FCI Food Service 2 (1) - 16'0" long hood for the main line cooking area. USP - (4) - 20'0" long back to back hoods for the main line cooking area. (1) - 5'0" long hood for the staff dining area. Including the demolition and disposal of (1) 5'0" x 6'0" Bakery hood. 6. Warranty: All work shall be in accordance with applicable local, state and federal regulations. Documentation shall be provided as warranty for this work. 7. Working Hours: Normal work hours are 8:00 p.m. to 4:00 a.m. Monday thru Friday, excluding Federal Holidays. 8. Period of Performance: Total length of this contract will be for 90 calendar days (3 months). 9. Storage And Utilities: A. All storage of materials and supplies within the institution must be approved by the security officer. Storage of materials and supplies within the institution to be determined by amount of secure space available and by type and amount of material. On-site storage of materials may not be available. B. FBOP will provide access to temporary electrical, water hook-ups and restroom accessibility while on site. C. FBOP will connect switches to devices such as contacts or shunt-trip breakers to accomplish the electrical shutdown of the return air or any electrical appliances beneath the hood. 10. Tools: A. All tools and equipment used by the contractor will be checked prior to entering and exiting the Institution, in accordance with applicable Correctional Services Policy. There will be no storage of tools or equipment within the confines of the secure perimeter of the institution without the authorization of the security officer. All tools and equipment required for the completion of the contracted work may need to be removed from the institution at the end of each site visit. 11. Security Measures: A. All contractor employees will submit the necessary paperwork for the completion of an NCIC/NACI background check. The appropriate forms shall be supplied to the contractor by the FBOP. B. All contractor employees will adhere to the guidelines listed under the FBOP regulations on Employee Conduct and Responsibilities. C. All contractor employees will be required to undertake the appropriate contractor training to enable these individuals to be issued a Contractors Badge, in accordance with FBOP policy. D. Adverse Weather and/or Emergency Situations may affect the actual completion of work on a given day. Delays or cancellation of services for a specific scheduled work day that are the result of unforeseen adverse weather conditions and/or Institution emergency situations, may require rescheduling of services. 12. Final Acceptance: The Contracting Officer shall be the sole FBOP representative permitted to authorize any changes to the scope of work and/or contract. 13. Verification: All measurements (if applicable) contained in this scope of work shall be considered for quotation purposes only. All measurements shall be field confirmed by the bidder. 14. Government Will Provide: A. The FBOP will provide only those items listed in section 9 of this Scope of Work. CONTRACT CLAUSES 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested (in writing) from the Contracting Officer. 52.204-9 Personal Identity Verification of Contractor Personnel. Personal Identity Verification of Contractor Personnel (Sept 2007) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. (End of clause) 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.232-18 Availability of Funds (APR 1984) The following clause will be incorporated into any resulting contract with applicable fill-in information as noted: Department of Justice Residency Requirement - BOP Clause (June 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (April 2010) - (b) 1, 8, 18, 19, 20, 21, 22, 24, 26, 30, 38 and (c) 1,. WD 05-2447 (Rev. -9) dated 01/12/2010 - $21.82 (Exclusive of benefits) for occupational code 23960. OTHER CONTRACT TERMS AND CONDITIONS: This a Request for Quotation In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCC Allenwood, located in Allenwood, Pennsylvania SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors, Commercial Items (JUNE 2008) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.21-603-70 Contract Monitor(CM)(Aug 2008)(a) Craig Spaid, Engineering Technician. 52.212-3 Offeror Representations and Certifications, Commercial Items (AUG 2009) 52.233-2 Service of Protest (SEPT 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) A SITE VISIT HAS BEEN SCHEDULED FOR JUNE 4TH, AT 8:30AM AT THE FCC ALLENWOOD TRAINING CENTER. PARTISIPATION IN THE SITE VIST IS HIGHLY RECOMMENDED. IF YOU PLAN ON PATICIPATING, PLEASE RETURN ATTACHED NCIC CLEARANCE FORM TO CRAIG SPAID, ENGENEERING TECHNICIAN AT cspaid@bop.gov BEFORE MAY 25TH, 2010. IF AN NCIC CLEARANCE AS NOT BEEN COMPLETED YOU WILL BE DENIED ACCESS TO THE INSTITUTIONS. Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardees DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. The North American Industrial Classification (NAICS) code is 238390 size standard of $14 million. T here will be small business set-aside used for this requirement. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (AUG 2009) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov All quotes must be received at the Federal Bureau of Prisons, Federal Correctional Complex, Allenwood, PA 17887 no later than 3:00 pm local time on Friday June 11, 2010. Quotes can be faxed to Eric Hoover, Contract Specialist, at (570) 547-9215 or e-mailed to ehoover@bop.gov. Please call (570) 547-0963 ext 6182 with any questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20104/RFQP0201-10-0006/listing.html)
 
Place of Performance
Address: FCC Allenwood, Allenwood, Pennsylvania, 17887, United States
Zip Code: 17887
 
Record
SN02152137-W 20100519/100517235207-069f7867f9fd076816a342e575086844 (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.