Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2011 FBO #3429
SOLICITATION NOTICE

99 -- Request for Proposal(RFP) Construction to repair exterior walls to stop water penetration

Notice Date
4/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-11-R-0010
 
Response Due
5/12/2011
 
Archive Date
7/11/2011
 
Point of Contact
Tarita Lewis, 202-685-7884
 
E-Mail Address
USPFO for DC
(tarita.lewis.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. MEMORANDUM FOR ALL PROSPECTIVE OFFERORS FROM: United States Purchasing and Contracting of District of Washington/USPFO-DC 189 Poremba Court, ANAS Washington, DC 20315 SUBJECT: Request for Proposals (RFP) Construction to repair exterior walls to stop water perpetration. This RFP is an Open Market request. Anticipated award is NLT 12 May 2011. Request all pricing information be received by 12:00 pm on 5 May 2011, Eastern Standard Time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are effective through Federal Acquisition Circular (FAC) 2005-33. The solicitation number: W912R1-11-R-0009 is issued as a RFP for a firm-fixed price contract. Proposals will be evaluated using evaluation procedures set forth under FAR 52.212-2. Offerors must include a completed copy of the provision 52.212-3, Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items with the offer. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. The RFP document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular and DFARS Change Notice (DCN). This acquisition is 100% small business set aside with a small business size standard of $7.0 million.The North American Industry Classification System code is 238190 at $14 million. Work shall be in accordance with the attach Statement of Work (SOW). Contractors shall bid each line item as an all inclusive price. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit will be held on Thursday, 21 April 2011 at 1300. Please call Troy Hilliard to setup site visit. Troy Hilliard, Facility Management Specialist can be reach at (202) 685-8818 or email him at troy.hilliard@us.army.mil. If you have any questions please submit them by email to Tarita Lewis, Contract Specialist at tarita.lewis.ctr@us.army.mil. ***Question Submission: Interested offerors must submit all questions to tarita.lewis.ctr@us.army.mil no later than 28 April 2011. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** Responses may be sent electronically to Tarita Lewis, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: tarita.lewis.ctr@us.army.mil. DESCRIPTION OF SERVICES The DC National Guard Armory is 71 years old facility. Room 26 East of the building located at Joint Forces Headquarters, DC National Guard, 2001 East Capitol Street SE, Washington, DC. 20003. 1. SCOPE OF WORK NG Pam 420-10, 5-2: Restoration Building; Room 26 east is located on the ground floor. The conference room and adjacent spaces, looking for means of water penetration and signs of prior water damage within the conference room, water staining was observed on the walls, below an above grade electrical penetration, from the exterior and along the wall baseboard, and efflorescence was observed on the cover plates for the floor-mounted power/network, see photos 1, 2 and 3. Similar water staining and mold was observed along interior partition walls, and small quantities of standing water were observed on the floor, up to 30 away from the conference room towards the building interior. In a room accessed through the conference room an existing open floor drain was observed, along with additional water staining and mold on the walls. The above listed areas have experienced water intrusion issues for an undetermined period of time. 2.STATEMENT OF OBJECTIVES: SW1. Contractors Responsibility: a) The Contractor is responsible for furnishing all parts, labor, removal of all molded drywall and other materials, dehumidifying and environmental cleaning for this project. b)Contractor shall excavate the area at the northeast corner, to determine the source of the penetration at the building exterior. Contractor shall also waterproof utilizing chemical grout injection at the interior or membrane installation at the parking lot. Contractor shall follow the recommendation of the structural engineer. (Attached) Contractor shall completely stop water penetration and restore the walls, flooring and all components to the original to match existing. c)Contractor will re-seal around windows, any appliance or conduits in the exterior walls. d)Upon completion, the Contractor will provide the government with assurance the offices and spaces can be inhabited once again. e) Provide a warranty on work and materials from time of substantial completion and installation by contractor for a period of one (1) year. f) All work to be performed during normal working hours 7:00 AM to 4:30 PM Monday-Friday. g)Contractor will provide Project Manager to work with CFMO Contracting Officer Technical Representative (COTR) to ensure a professionally run project. h) Contractor shall review the DCARNG Remediation Protocol Report, maintained in the Facilities Management Division of CFMO, well before start of work. Contractor shall take precautions to avoid damaging the ceiling. SW2. Performance: a)The Contractor will be required to perform a site visit to the work area prior to the start of work to verify site conditions and verify square footages and to coordinate with the DCARNG Environmental Office. SW3. Performance: Mold Abatement The Contractor will establish critical barriers on all work area openings and HVAC vents. Negative air filtration units will be placed inside of work areas in order to help reduce mold spores and to provide constant air circulation. The contractor will dispose of all water and mold contaminated materials, then begin surface cleaning of all exterior walls, floors, and room contents with an EPA approve anti-microbial solution. SW4. Work Certifications: Remediation contractors must have proper licenses as required in the jurisdiction where work is to be performed and be familiar with the type work required. SW5. Technical Direction: The contractor will furnish the name of materials being used for SOW to USPFO-DC, 189 Poremba Court, SW, and Bldg. 350, ANAS, Washington, DC 20373, Attn: Contracting Officer for safety/environmental approval if required. Additionally, any item involving safety/environmental services will involve a work stoppage; will have to have representatives from the District of Columbia National Guard review, before any work can be continued. SW6. Performance Period/Meeting: Prior to initiation of any work, there will be a preconstruction/performance meeting to determine. The Contractor shall complete the mold abatement and removal work and shall provide the DCARNG Environmental Office written final laboratory TEM air sample results showing final clearance for occupancy, (if required), within 45 days from notice to proceed is received from the Contracting Office. SW7. Contractor is to excavate the area at the northeast corner, to determine the source of the penetration at the building exterior. Contractor shall waterproof the interior or membrane installation at the parking lot utilizing chemical grout injection. Contractor shall provide details prior to commencement of work. Environmental Requirements The D.C. Army National Guard Armory is eligible for inclusion on the National Register of Historic Places. With the DCARNG being a Federalized unit in a Federal building, we must adhere to Section 106 of the National Historic Preservation Act and consult with the D.C. Historic Preservation Office, The Fine Arts Commission, and the National Capitol Planning Commission. Energy and Sustainability: Project should be in compliance with the energy management requirements stipulated in AR 420-1 Chapter 22, and should follow the applicable sections of the Army National Guard Design Guide for Readiness Centers (DG 415-1), including, but not limited to, interior and exterior windows, interior and exterior lighting, and heating and cooling systems (HVAC ). The project should also be in compliance with the Energy Independence and Security Act (2007), the Energy Policy Act of 2005, and Executive Orders 13423 and 13514. Where justified by life-cycle cost analysis, the project should exceed these energy efficiency standards. Non-renewable energy projects are deemed cost effective if they achieve a simple payback of 10 years or less and have a savings to investment ratio (SIR) of 1.2 or greater. Environmental Hazards - The proposed project has the potential to disturb known and unknown asbestos, lead, and mold hazards. ASBESTOS Areas identified as having asbestos hazards may include the window caulking, exterior window glazing, pipe fitting and insulation, radiator pad insulation, floor tiles, mastic, mastic dots, fire doors, air cell duct insulation pads, and other assumed asbestos containing materials (ACM). When asbestos-containing materials are damaged or disturbed by repair, remodeling or demolition activities, microscopic fibers become airborne and can be inhaled into the lungs, where they can cause significant health problems for both employees at the DCARNG and contractors. Proper care must be taken during the renovation to either not disturb these areas or conduct a complete remediation and disposal following 29 CFR 1926.1101, 40 CFR 61, and the District of Columbia Municipal Regulation -Title 20, Chapter 8. The workers shall be competent and possess the proper licenses and permits to conduct the asbestos abatement. LEAD/LEAD-BASED PAINT Lead-based paint hazards are also present in the areas proposed for this project. Concentrations of lead above the standards can be found on many of the surfaces including windows (which may also contain lead glass), walls, radiator covers, doors, door frames, ceilings, and other painted surfaces. Common renovation activities like sanding, cutting, and demolition can create hazardous lead dust and chips by disturbing lead-based paint, which can be harmful to adults and children. To protect against this risk, EPA issued a rule requiring the use of lead-safe practices and other actions aimed at preventing lead poisoning. Under the rule, beginning in April 2010, contractors performing renovation, repair and painting projects that disturb lead-based paint in homes, child care facilities, and schools built before 1978 must be certified and must follow specific work practices to prevent lead contamination. The DCARNG, although not a home, child care facility, or school, requires that 40 CFR 745 be followed. Additionally, the DCARNG requires that 29 CFR 1926, 29 CFR 1910, 24 CFR 35 and the District of Columbia's Lead-Hazard Prevention and Elimination Act of 2008 be followed. Workers shall be competent and possess the proper licenses and permits to conduct any lead paint abatement. MOLD In the proposed areas for this project there may or may not be mold contamination. If more than 25 contiguous feet mold is found, the U.S. Environmental Protection Agency's "Mold Remediation in Schools and Commercial Buildings" guidance shall be used in conjunction with 29 CFR 1910 and 29 CFR 1926. DISPOSAL Any materials removed during the abatement(s) shall be disposed of following the regulations noted above as well as any RCRA regulations that may apply. The waste shall be taken to an appropriate and legal landfill. Copies of disposal manifests shall be provided to the DCARNG. These water intrusion issues have impacted the basement level of the facility. The impacted areas discovered had not only been water damaged, but suspected microbial growth has colonized. CLIN ITEM 0001: The Contractor is responsible for furnishing all parts, labor, removal of all molded drywall and other materials, dehumidifying and environmental cleaning for this project, CLIN ITEM 0002: Contractor shall excavate the area at the northeast corner, to determine the source of the water penetration at the building exterior. Contractor shall also waterproof utilizing chemical grout injection at the interior or membrane installation at the parking lot. Contractor shall follow the recommendation of the structural engineer. (Attached) Contractor shall completely stop water penetration and restore the walls, flooring and all components to the original to match existing, CLIN ITEM 0003: Contractor will re-seal around windows, any appliance or conduits in the exterior walls, CLIN ITEM 0004: Upon completion, the Contractor will provide the government with assurance the offices and spaces can be inhabited once again, CLIN ITEM 0005: Provide a warranty on work and materials from time of substantial completion and installation by contractor for a period of one (1) year, All work to be performed during normal working hours 7:00 AM to 4:30 PM Monday-Friday, Contractor will provide Project Manager to work with CFMO Contracting Officer Technical Representative (COTR) to ensure a professionally run project, Contractor shall review the DCARNG Remediation Protocol Report, maintained in the Facilities Management Division of CFMO, well before start of work. CONTRACTOR REQUIREMENTS: The contractor shall provide supervision that is experienced and fully qualified. The supervisor shall maintain direct control and close surveillance of all contract personnel who are performing the installation of all equipment identified in this contract. Supporting documentation of each employee classification/certification used on this contract shall be made available upon request. PRE-INSTALLATION REQUIREMENTS: Before project start, the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the completion of these services. SAFETY: The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. GOVERNMENT REMEDIES: The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor's failure to perform satisfactory services or failure to correct non-conforming services. HOURS OF OPERATION: Normal duty hours are from 0700 to 1600 hours Monday through Friday. The contractor shall perform the services required under this contract during the following hours: 0700-1600 Monday through Friday. The contractor will be required to meet with the government within 48 hours after contract award to establish a work schedule. FEDERAL HOLIDAYS: The following is a list of Federal Holidays observed by this installation. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday, shall be performed the next business work day. New Years Day, Independence Day, Thanksgiving Day, Martin Luther King Jr. Birthday, Veterans Day, Christmas, President's Day, Labor Day, Inauguration Day, Memorial Day and Columbus Day. SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Joint Forces Headquarters, DC National Guard, 2001 East Capitol Street SE, Washington, DC 20003, shall abide by all security regulations of the installation. Base Access: The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Joint Forces Headquarters, DC National Guard. The contractor shall submit a master personnel roster on company letterhead to the Contracting Officer. The master roster shall include all personnel working on the contract in alphabetical order to include, full name, date of birth, social security number, and driver's license number with its state of issue. Vehicle registration, proof of insurance and a valid driver's license must also be presented for all vehicles when entering the installation. Lost entry passes shall be reported immediately to the visitor control center and the Contracting Officer. The government shall evaluate the contractor's performance under this contract using the 100% Surveillance method to ensure compliance of all specifications and objectives stated in the Statement of Work that is attach. WARRANTY: Warranties under this contract shall include standard warranties offered to the general public. The contractor shall be responsible for replacing any warranty items within an appropriate period of such warranty. SERVICE DELIVERY SUMMARY: N/A GOVERNMENT FURNISHED PROPERTY AND SERVICES: Water, electrical power, existing facility lighting, and restroom facilities will be made available to the contractor by the government during the performance of their work. Evaluation Criteria: Technical Factors and Past Performance when combined are considered more important than Price. Proximity to or familiarity with* the DCANG's needs. (The contractor should include a summary of their understanding of the problems and alternatives for this project.) 1. Capacity and capability of the contractor to perform the work within the DCANG's timeframe and procedures to remedy the issue. The contractor shall provide a summary of their approach to construction management addressing such things as mold abatement and documenting daily progress. The contractor shall include resumes of the project personnel that will be assigned to this work and actually be working on the project for the duration. 2. Specialized construction management experience (with small construction involving accommodating existing structures. 3. History of past performance on similar projects. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITAITON. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTION AND ACCEPTANCE TERMS: FAR PROVISIONS INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.212-4 Contract Terms and Conditions--Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.219-6 Notice of Total Small Business Set Aside, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52-222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace, 52.223-10, 52.223-11 Ozone-Depleting Substances, Waste Reduction Program, 252, 223-7001 Hazardous Warning Labels, 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 52.228-5 Insurance - Work On A Government Installation, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.232-36 Payment by Third Party, 252.232-7000 Material Inspection and Receiving Report, 252.232-7003 Electronic Submission of Payment Requests, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation, 52.237-3 Continuity Of Services, 52.242-15 Stop-Work Order, 52.246-1 Contractor inspection Requirements, 52.246-4 Inspection Of Services--Fixed Price, 52.246-20 Warranty Of Services, 52.246-25 Limitation Of LiabilityServices, 252.246-7010 Levies on Contract Payments, 52.247-34 F.O.B. Destination, 252-247-7006 Removal of Contractor's Employees, 252-247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.249-4 Termination For Convenience Of The Government (Services) (Short Form), 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.253-1 Computer Generated Forms, 5352.201-9101 Ombudsman, 5352.223-9001 Health and Safety on Government Installations. SOLICITATION RESPONSES must be received no later than 12:00 p.m., EST, 5 May 2011. Responses may be sent electronically to Tarita Lewis, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: tarita.lewis.ctr@us.army.mil. All questions should be submitted to tarita.lewis.ctr@us.army.mil no later than 12:00 pm on 28 April 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-11-R-0010/listing.html)
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20315-0350
 
Record
SN02424037-W 20110415/110413234725-c09f3aa8caff16338c2212f490044111 (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.