Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

J -- Repairs and Modifications to Modular Curtain Wall System - Wage Determination - Statement of Work - Contract Drawings

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-12-Q-P1029
 
Archive Date
10/10/2012
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236, Teresa A Helm, Phone: 315-764-3252
 
E-Mail Address
patricia.white@dot.gov, teresa.helm@dot.gov
(patricia.white@dot.gov, teresa.helm@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing SLS-370-226/4 Drawing SLS-370-226/3 Drawing SLS-370-226/2 Drawing SLS-370-226/1 Statement of Work, Contract Admin Data, Additional Clauses Wage Determination NY120009 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. Solicitation Number DTSL55-12-Q-P1029 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This is a total small business set aside procurement. Applicable NAICS Code 238120, Size Standard $14M. The Saint Lawrence Seaway Development Corporation (Corporation) plans to repair and modify curtain wall modules that are approximately 80 feet long by 4 feet deep by 4 feet high and to fabricate one (1) new one. The modules are made of light steel framing with open web steel joists and are surfaced on one face with plywood. These modules are stacked to form a curtain wall to fill spaces at Eisenhower and Snell Locks between the upper and lower lock walls which are created when a temporary roof system is placed over the lock for winter maintenance work. All work shall be performed in accordance with the attached Statement of Work. Requirements as follows: Item No. 1 - Modify curtain wall modules by installing lifting points and stacking guides - Qty 19 Each; Item No. 2 - Fabricate a new curtain wall module - Qty 1 Each; Item No. 3 - Remove existing plywood surfacing from curtain wall modules and replace with new metal surfacing - Qty 13 Each; Item No. 4 - Install new metal siding on curtain wall modules that currently have no surfacing - Qty 6 Each; Item No. 5 - Perform additional repairs that are as yet undetermined but may become evident as the work progresses - a. Labor (includes labor and equipment for a crew of two (2)) - Qty Estimated 20 hours. Materials for this work will be paid per submitted receipts plus 15%. Optional Requirement Item No. 6 - Fabricate a new lifting beam - Qty 1 Each. The Corporation plans to award Basic Requirement Items Nos. 1 through 5 and may award Optional Requirement Item No. 6 depending on the availability of funds. The estimated quantity shown for Item No. 5 is not guaranteed but represents an estimated amount that will be included in the total for the purpose of determining the lowest bid. The Corporation will compensate the Contractor based on actual work completed by modifying the contract to add or deduct units to reflect the actual quantity. The work will be performed at Eisenhower Lock located in Massena, NY. Response date for receipt of offers/quotes is by COB 4:00 pm EST, Tuesday, September 25, 2012. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provision is tailored to read (h) the Corporation will make one award to the offeror who provides the best value to the Corporation based on price and other price related factors contained in this notice. There are no technical factors to be evaluated therefore FAR provision 52.212-2 is not applicable. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52-204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Prohibition of Contracting with Inverted Domestic Corporation (May 2012); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-14, Limitations on Subcontracting (Nov 2011); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Additional FAR clauses are included in an addendum to the solicitation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-12-Q-P1029/listing.html)
 
Place of Performance
Address: Eisenhower Lock, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN02866160-W 20120906/120904235857-46868c5cbf5c14caa3e4efd8dc827d32 (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.