SOLICITATION NOTICE
Z -- Community Center Remodel at PETRIFIED FOREST National Park AZ 86028
- Notice Date
- 7/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
- ZIP Code
- 86001
- Solicitation Number
- E11PE11736
- Response Due
- 8/12/2011
- Archive Date
- 7/10/2012
- Point of Contact
- Kimberly Robinson Contract Specialist 9286387434 Kimberly_d_robinson@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
- The National Park Service is updating a community center, and is therefore seeking bids to rehabilitate this structure at Petrified Forest National Park, Apache County, Petrified Forest, Arizona 86028. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The contact information at the end of this solicitation is incorrect. Please use the following:KIMBERLEY ROBINSON, AZMABO // 1824 S THOMPSON STREET STE 200 // FLAGSTAFF AZ 86001-2694 // KimberleyRobinson@nps.gov / GRCA_Contracting@nps.gov / Fax 928.637.7005 / Alternate POC: Shad Stoddard, Shad_Stoddard@nps.gov Email all inquiries for clarification on the scope of work for this project to GRCA_Contracting@nps.gov with the announcement number (EllPE11736) in the subject line. No phone calls, please. This will ensure your question is answered entirely and timely. BID RESPONSE TIMES ARE & WILL BE LISTED IN EASTERN TIME IN THIS ANNOUNCEMENT AND SUBSEQUENT MODIFICATIONS; SITE VISITS ARE NOTED AT THE SITE'S LOCAL TIME. The resulting contract shall be awarded as a firm-fixed-price construction order based upon the lowest price technically acceptable. The magnitude of this project is between $25,000 and $100,000. The contractor shall furnish all labor, materials, supplies, equipment, services, supervision and incidentals to accomplish this project. The contract will NOT be modified after award to accommodate vendors' exclusions or errors in bids. The Contractor is fully responsible for ensuring the accuracy of the quote, and for honoring the proposed price. Check this website before the bid due date for updates & amendments. Bids will be evaluated based upon technical acceptability, the contractor's ability to meet the delivery date, and past performance. Each firm shall provide three references for projects completed within the last five years of a similar magnitude to this venture. The procurement is 100% set-aside for small business under applicable NAICS codes, including, but not limited to: NAICS series 238***, 321***, 332***, 351***, & 444***. All firms submitting a bid must have a DUNS number (www.DNB.com), have a valid record in the Central Contractor Registration (www.CCR.gov), and have a current Online Records and Certifications Application (https://ORCA.bpn.gov). Each firm's Central Contractor Registration must reflect that it is a small business. Small business size standards may be researched further on the Small Business Administration's website at www.SBA.gov/sizestandards. All responsible business concerns may submit a quotation via email, postal mail, courier, or fax (928.637.7005), as long as the bid is received no later than 12 August 2011 at 4:00 pm EDT. Please reference solicitation number E11PE11736 on bids and related correspondence. If faxed, email Shad_Stoddard@nps.gov to ensure receipt since the fax machine is shared with another office. Each company may submit a quote using its own format; however, the bid must be itemized and include company name, address, phone number, and point of contact. Interested bidders may also submit alternative product suggestions. PROPOSALS SUBMITTED THROUGH EC-IDEAS WILL NOT BE ACCEPTED. --------- LINE ITEMS --------- Line item # 1: Community Center rehabilitation per scope of work \\\\ Line item # 2: TAX if applicable \\\\ Line item # 3: Payment Bond (for 100% of the resulting contract price) \\\\ --------- END OF LINE ITEMS ---------------- Please provide applicable warranty information in writing with your company's quote. The contractor shall coordinate the exact dates and times of installation with the National Park Service. Bathrooms, water, and electricity are available on-site within normal working hours. SITE VISIT: A site visit is scheduled for 21 July 2011 at 11:00 AM MST (2:00 pm EDT) at Petrified Forest National Park, Painted Desert Visitor Center. Please meet outside of the visitor center at the benches. From Interstate 40, take exit 311 and follow the signs to the park. For more information, visit www.nps.gov/PEFO. This site visit is not required, but strongly recommended. The clauses at 52.236-2, Differing Site Conditions, & 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors are urged and expected to inspect the site where the work will be performed. PERIOD OF PERFORMANCE: Work shall begin no later than 14 days after this office issues a Notice to Proceed and be completed within 90 days. The tentative start date for this project is between the end of July and mid-August. CLAUSES AND PROVISIONS: The following clauses are applicable to this solicitation and resulting contract, and may be viewed in their entirety at www.ACQUISITION.gov/FAR. 52.204-7 Central Contractors Registration // 52.222-5 Davis-Bacon Act - Secondary Site of Work // 52.222-6 Davis-Bacon Act // 52.222-7 Withholding of Funds // 52.222-8 Payrolls and Basic Records // 52.222-9 Apprentices and Trainees // 52.222-10 Compliance with Copeland Act Requirements // 52.222-11 Subcontracts (Labor Standards) // 52.222-12 Contract Termination - Debarment // 52.222-13 Compliance with Davis-Bacon and Related Act Regulations // 52.222-14 Disputes Concerning Labor Standards // 52.222-15 Certification of Eligibility // 52.228-13 Alternative Payment Protections // 52.236-2 Differing Site Conditions // 52.236-3 Site Investigation & Conditions Affecting Work // 52.236-5 Material and Workmanship // 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements // 52.236-12 Cleaning Up // 52.236-13 Accident Prevention // 52.236-14 Availability and Use of Utility Services // 52.236-26 Preconstruction Conference // 52.249-10 Default //// END OF CLAUSES //// ------- SCOPE OF WORK --------- The Contractor shall complete essential rehabilitative work necessary to eliminate un-safe stairs, replace and install energy efficient windows and sliding doors, as well as rodent proofing entire interior building to eliminate health risks. The Contractor shall:A.Remove and replace an existing stairway located inside Painted Desert Community Building, facing west noncompliant steep stairway (11' 6" from floor to landing, 12 steps), 16' " from floor to landing of second floor of mezzanine. -Install to Uniform Building Code (UBC) a compliant stairway ** (finished), utilizing minimum riser, run, nosing overhang and required minimum width to include handrail. Utilizing existing stairway opening (approx. 5' 10") relocate new stairway facing north and at least 3' foot distance from existing west wall. -This will require removal of existing " plywood and 5/8" sheetrock wall for new stairway opening upstairs and require approximate 20 sq ft of 5/8" tongue and groove flooring to cover existing stair opening. ** Finished-Only East side wall to be finished with like - type of material as existing interior building walls; dark stained wood slats (leaving North and West side of stairs open for hidden storage space. B.Replace an existing brushed aluminum double sliding glass door. The new door must be consistent in all aspects regarding size and material (length, height, aluminum) to the door in place with exception of including energy efficient insulated glass. -Approximately 88 "w X 85 " each door, totaling 176" long (including window sash) X 85 1/2" tall. 3 panes per door (6 pane total) vertical glass door panes approximately 82 " X 28 ", glass held in place by 1 " aluminum sash and door handles located approximately 34" on center. -The Contractor shall make certain the door is secure and sealed from any rodent intrusion. C.Replace brushed aluminum clerestory type windows located on second floor East side of community building. -The Contractor will replace 5 un-insulated brushed aluminum clerestory type windows with insulated energy efficient windows. Each window approximately 77 " W X 32" X " Aluminum frames. Each window is spaced approximately 2 " by stucco material. D.Electrical Modifications -The Contractor shall tie in to existing conduit located on West side second floor of mezzanine, two (2) 1 '' conduits run up approximately 7' on West wall, totaling 14 feet and run East along South wall of mezzanine ceiling approximately 16 feet each, total of 32 feet of conduit- all together totaling 46' of conduit. E.Seal all rodent intrusion/penetration-to include installing door sweeps-seal all void penetrations throughout interior of Bldg. under sink cabinet-utility RM, etc.-Labor, Materials and Equipment: The contractor shall provide all supplies, parts, labor, equipment and supervision. -Safety: The contractor will adhere to prudent and reasonable safety precautions, observe OSHA regulations and guidance for this particular contract to establish an effective accident prevention program and providing a safe environment for all personnel and visitors. The Contractor to whom this project is awarded shall provide a safety plan to the Contract Administrator before work begins. -Coordinate Work: The contractor shall coordinate all work through Contracting Officer's Technical Representative. -Specifications: the contractor shall meet or exceed the specifications set forth by State and Federal regulations and the specific instructions contained in this description of work. -Waste Disposal: The Contractor is responsible for disposal of waste resulting from the contract. The refuse containers on-site are too small to accommodate construction waste; therefore, the Contractor shall supply his / her own dumpster(s). Disposal of such materials should first meet any means of recycling available or the contractor shall conform to disposal methods recognized by the Environmental Protection Agency, (EPA). -Work Hours: Work should be performed Monday through Friday excluding Government holidays unless other means will be more cost effective for the National Park Service or contractor. Work should began no earlier than 0700 hours and terminate no later than 1700 hours unless a more cost effective plan is agreed to as suitable for contractor and the Contracting Officer's Technical Representative. -Notification of Work Time and Change in Work Hour Sequence: At least a 24-hour notice of initiation of work and any break in the sequence of work days shall be provided to the COTR so that all involved may be informed. -Repairs to Work Area: Damage to equipment and facilities resulting from contracted work will be corrected, repaired or replaced as to previous condition prior to completion of contract and at contractor's expense. -Completion Date: Work shall be initiated at PEFO within 14 days after the Contractor receives a Notice to Proceed, and shall be completed within 90 business days of work initiation. ------------ END OF SCOPE OF WORK ------------- ----------- DAVIS-BACON WAGE RATES -------------- General Decision Number: AZ100005 04/01/2011 AZ5 Superseded General Decision Number: AZ20080005 State: ArizonaConstruction Type: Building Counties: Apache, Cochise, Gila, Graham, Greenlee, La Paz, Navajo, Santa Cruz and Yavapai Counties in Arizona. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 03/12/2010 1 06/04/2010 2 07/02/2010 3 07/09/2010 4 07/23/2010 5 08/06/2010 6 09/24/2010 7 10/15/2010 8 11/05/2010 9 12/03/2010 10 12/24/2010 11 02/11/2011 12 04/01/2011 ELEC0518-004 09/01/2010 APACHE (Area South of Highway 66), GILA, and NAVAJO (South and East of boundary beginning at a point where clear Creek crosses the Coconino-Navajo County Line, extending North-easterly along Clear Creek and North-easterly to Cottonwood Wash, along Cottonwood Wash North-easterly to intersection with Navajo Reservation, East along Navajo Reservation Boundary line to intersection with Navajo/Apache County lines) COUNTIES Rates Fringes Electrician/Wireman..............$ 24.25 9.67 ELEC0570-006 12/01/2010 COCHISE, GRAHAM, GREENLEE, LA PAZ, SANTA CRUZ Rates Fringes Electrician/Wireman..............$ 22.90 18%+4.70 Zone Definitions (b) ZONE PAY -Workmen employed in Zones B and C shall be paid Zone Pay as follows:Zone B............an additional $ 1.25 per hourZone C............an additional $ 3.75 per hourSECTION 3.05 ZONES (a) Zones shall be created in Tucson, Arizona, the headquarters of the Union. Zones may be established in other localities by mutual consent of the parties hereto (Section 1.03). Zones and the applicable rates of pay shall be the same for all Employers coming under the terms of this Agreement. In Tucson, Zone A shall be the area within a twenty-nine (29) mile radius from a basing point at the City Hall. Zone B shall be the area from the outer limits of the twenty-nine (29) mile radius, extending out another seventeen (17) miles (a 46 mile radius total). Zone C shall be the area from the forty-six (46) mile radius, extending to the outside limits of the Local Union's jurisdiction. If any owner's contiguous property falls within more than one Zone, it shall all be considered to be within the closer Zone. ELEC0611-009 03/01/2009 APACHE COUNTY (Area North of Highway 66) Rates Fringes Electrician/Wireman Zone 1......................$ 27.80 5%+8.65 ZONE 1: 0 to 10 miles from Gallup, NMZONE 2: 10 to 30 miles from Gallup - Add 9% ZONE 3: 30 to 40 miles from Gallup - Add 15% ZONE 4: Over 40 miles from Gallup - Add 26%---------------------------------------------------------------- ELEC0640-002 06/21/2010 NAVAJO (Remaining Area) and YAVAPAI COUNTIES Rates Fringes ELECTRICIAN......................$ 24.80 3%+7.14---------------------------------------------------------------- IRON0075-003 08/01/2009 Rates Fringes IRONWORKER, STRUCTURAL Zone 1:.....................$ 26.52 17.59 Zone 1: 0 to 50 miles from City Hall in Phoenix or TucsonZone 2: 050 to 100 miles - Add $4.00Zone 3: 100 to 150 miles - Add $5.00Zone 4: 150 miles & over - Add $6.50---------------------------------------------------------------- PLUM0469-001 07/01/2010 ZONE A: APACHE, LA PAZ, NAVAJO & YAVAPAI COUNTIES ZONE B: COCHISE, GILA, GRAHAM, GREENLEE, AND SANTA CRUZ COUNTIES Rates Fringes PLUMBER/PIPEFITTER Zone A......................$ 31.65 14.90 Zone B......................$ 28.55 14.65----------------------------------------------------------------* SFAZ0669-001 04/01/2011 Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 29.85 17.45---------------------------------------------------------------- SUAZ2004-002 03/02/2004 Rates Fringes Carpenter......................$ 14.70 0.00 CEMENT MASON/CONCRETE FINISHER...$ 12.67 1.10 DRYWALL HANGER...................$ 14.52 0.00 Laborers: Concrete Worker.............$ 8.83 0.00 General/Cleanup.............$ 9.51 0.00 Landscape...................$ 7.50 0.00 Sheet metal worker Including HVAC Duct Work....$ 18.68 4.91---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour AdministratorU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review BoardU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. =============== END OF SOLICITATION E11PE11736 ====== NO ATTACHMENTS ==========
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PE11736/listing.html)
- Place of Performance
- Address: PETRIFIED FOREST NATIONAL PARK // Painted Desert Area // 1 Park Road // Apache County // Petrified Forest AZ 86028-9997
- Zip Code: 860289997
- Zip Code: 860289997
- Record
- SN02494346-W 20110713/110711234137-39734a1bb0f5bcde47fe0999be35b55d (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 |