Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
MODIFICATION

J -- Alterations and Repairs

Notice Date
5/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
DHS-10-20056676
 
Point of Contact
Karen R. Petty, Phone: 2023443951
 
E-Mail Address
karen.petty@dhs.gov
(karen.petty@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
********************************************** The purpose of this amendment is to update the Statement of Work (SOW). The closing date has been extended to June 7, 2010 @2:00 pm. All other terms and conditions remain unchanged. ************************************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-41. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 236220, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is a small business set-aside procurement. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor Federal Business Opportunities' website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) STATEMENT OF WORK: The contractor shall furnish all materials, labor, tools, equipment, etc. to repair the existing roof and exterior walls for the NAS Jacksonville, located at 1002 Albermarle Avenue, Jacksonville, FL 32212. The following scope of work is a general guideline for the work required to repair the following: CLIN0001 - Hangar Upper Clerestory Windows CLIN0002 - Metal Wire Mesh Gate CLIN0003 - Gutters and downspouts CLIN0004 - Administration Building Windows The scope of work includes but is not limited to: GENERAL: Hangar Upper Clerestory Windows : Project goal is to replace window flashing at twenty (20) upper clerestory windows of approximate 42" x 48" size on North side of hangar building. Remove twenty (20) upper clerestory windows. Store window units for reinstallation. Remove galvanized steel sill pan and install.050 aluminum sill pan. Install fully adhered electrometric window flashing at twenty (20) window openings. Reinstall the stored window units. Patch wall and caulk window frames with white vinyl butyl caulking. Clean the interior and exterior glass of all twenty (20) window units. Metal wire mesh gate : Install manufactured closures on two (2) exterior galvanized steel wire mesh gate. Mechanical closure shall provide an adjustable closing force that includes 5lbf measured at 30 " from the gate pivot. Gutters and downspouts : Project goal is to replace the deteriorated galvanized steel box gutter and downspout system located on the upper and lower sections of the north side of hangar roof and the pump house building. The new gutter and downspout system shall be.050 aluminum. Color to match existing. The completed work shall separate the gutter system from the roof edge flashing and enclose the existing roof edge while not compromising the integrity of the existing Sarnafil roof membrane. Remove existing lightning protection. Store lightning protection for reinstallation. Remove existing galvanized steel flashing, roof edge, box gutter, downspouts and splash plate. Dispose of flashing, edge metal, box gutter, downspouts and splash plate. Install.050 aluminum flashing behind gutter location and over top of corrugated metal siding. Fasten at 6" on center using code approved fastener. Install.050 aluminum edge metal under existing roof membrane and over installed flashing. Fasten all at 6" on center using code approved fasteners. Install.050 aluminum splash plate,.050 aluminum box gutter and.050 aluminum downspout. Integrate existing Sarnafil roof membrane with new metal by either patch welding existing membrane or installing new membrane as necessary. Reinstall lightning protection. Administration Building Windows : Project goal is to replace three (3) glazing units located in the Administration offices that have failed seals and are now fogged. The approximate sizes are 51" x 46", 51" x 46" and 45" x 27". Remove and dispose of three (3) glazing units. Provide and install three (3) new dual pane tempered tinted glazing units with interior solar film to match existing glazing units in kind. Installation method and appearance shall match existing. New Vinyl butyl gaskets to match existing. General : Performance and payment bonds for the full amount of the purchase order shall be received by the contracting officer prior to notice to proceed (NTP) issuance. Performance and payment bonds shall be sent to the contracting officer (CO) within five (5) business days after purchase order issuance. All materials and products shall be new and unused. Provide one (1) year warranty for all workmanship and materials. Additionally provide (1) year warranty against water infiltration at hangar clerestory windows. Submittals: The contractor shall furnish electronic copies of manufacturer's catalog cut sheets and product data to the CO AND contracting officer's technical representative (COTR) for approval prior to starting work. Performance Period: All work shall be completed within sixty ( 60 ) calendar days after NTP. PLACE OF PERFORMANCE/PROJECT SITE ADDRESS: NAS Jacksonville 1002 Albermarle Avenue, Jacksonville, FL 32212 Normal Working Hours: The contractor shall schedule his working hours to coincide with the working hours of the CBP personnel (7:00 a.m. to 4:00 p.m. Monday through Friday, except Federal Holidays). Contractor shall seek in writing, approval from the COTR to work outside of these timeframes. Applicable Publications: The applicable provisions of the following publications listed below form a part of these publications. Occupational and Health Standards (29 CFR, Part 1910) Safety and Health Regulations for Construction (29 CFR, Part 1518) Demolition: The procedure shall provide for safe conduct of work, careful removal of materials, and protection of property which is to remain undisturbed. Any damage resulted by the contractor while performing the work, shall be repaired to match the existing work at no additional cost to the Government (CBP). Contractor shall immediately inform the COTR of any such damage. All work and the contractor operations shall comply with the requirements of the National Environmental Policy Act of 1969. Disposal of Materials: All materials and debris resulting from demolition and removal operations shall become the property of the contractor, and shall be removed from the premises, and disposed of at an approved landfill location. The above general outline of principal features does not in any way limit the responsibility of the contractor to perform all work, and furnish all labor, materials, tools and equipment required by the Scope of Work and drawings referred to herein. General Notes: All materials, equipment, and installation shall be in accordance with the contract Scope of Work, manufacturer's written recommendations, and all current applicable codes. Contractor shall timely obtain necessary construction permits from the local authorities, as required. EVALUATION AND AWARD : Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than cost or price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then cost or price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. TECHNICAL FACTORS : Qualifications - 50% Past Performance - 25% Specialized experience - 25% TOTAL: 100% CCR : Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE : All questions are to be submitted via email to Karen.Petty@dhs.gov no later than May 28, 2010, @5:00pm Eastern Standard Time (EST). QUOTATIONS DUE : All quotations are due, via email to: Karen.Petty@dhs.gov, no later than 2:00pm, EST on: Monday, June 7, 2010. PROVISIONS and CLAUSES : The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, FAR 52.236-5, FAR 52.236-6, FAR 52.236-7, FAR 52.236-9, FAR 52.236-11, FAR 52.236-12, FAR 52.236-13, FAR 52.236-23, and FAR 52.236-24. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to: Karen.Petty@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-10-20056676/listing.html)
 
Place of Performance
Address: Naval Air Station, 1002 Albermarle Avenue, Jacksonville, Florida, 32212, United States
Zip Code: 32212
 
Record
SN02161221-W 20100528/100526235500-bb6ffbc21e87b7e667dffb126dbc955f (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.