SOLICITATION NOTICE
56 -- Exterior Door Replacement Project - Scope of Work - Vendor Documents
- Notice Date
- 6/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238350
— Finish Carpentry Contractors
- Contracting Office
- Department of Labor, Employment Training Administration, Little Rock Job Corps Center, 2020 Vance Street, Little Rock, Arkansas, 72206-1651
- ZIP Code
- 72206-1651
- Solicitation Number
- LR-SOW-LRJC14-003
- Point of Contact
- Carlas Smith, Phone: (501) 618-2518, Ruby Allen, Phone: (501) 618-2515
- E-Mail Address
-
smith.carlas@jobcorps.org, allen.ruby@jobcorps.org
(smith.carlas@jobcorps.org, allen.ruby@jobcorps.org)
- Small Business Set-Aside
- N/A
- Description
- Form W-9 - Request for Taxpayer Identification Number and Certification Vendor Questionaire Construction Scope of Work This is a Subcontracting Opportunity with Little Rock Job Corps Center / Adams & Associates Inc. and not with the Department of Labor. Construction Scope of Work for Exterior Door Replacement Project ID# LRSOW-LRJC14-003 Little Rock Job Corps Center 6900 Scott Hamilton Dr. Little Rock, AR 72209 Operated by Adams and Associates, Inc. For U.S. Department of Labor Owner: US Department of Labor (DOL) Employment and Training Administration Mailing Address: Little Rock Job Corps Center 6900 Scott Hamilton Dr. Little Rock, AR 72209 Site Visit: July 16, 2014 at 10:00 AM Proposal Due Date: July 30, 2014 at 5:00 PM Submission of Proposals: Little Rock Job Corps Center Attn: Carlas Smith Smith.Carlas@jobcorps.org Fax: 501-618-2594 The only Bids that will be considered will be from vendors who attend the mandatory bid conference on the day and time specified above. Project Summary: Removal and replacement of aluminum frames and aluminum exterior doors with heavy duty galvanized steel frames and doors at the Little Rock Job Corps Center, 6900 Scott Hamilton Dr., Little Rock, AR 72209. BID REQUIREMENTS 1. Each bidder shall submit a sealed bid based upon the Extent of Work that includes reference to the project listed in this scope of work. Any variations from the base scope of work are to be noted as distinctly separate from the base bid. 2. Bids shall be submitted for the work as a basis for the contract. The prospective bidder shall submit a bid for a Single Lump Sum Contract. 3. The bid shall include all labor, material, and equipment costs, and all incidental costs necessary to complete the work. 4. The contractor must include with his/her proposal, certification that he/she will conform to the latest Davis-Bacon Wage Rate decisions for the area. See section VII for wage determination. 5. Contractor must provide a timeline for substantial completion in their proposals. 6. A minimum 90-day bid guarantee is required. 7. This project is tax-exempt. 8. Prior to starting any work, the contractor shall show proof of required insurance, in amounts to cover risk or as required by statute, including: • A list of materials (Eco. sensitive materials should be identified) to include a list of any reused parts, equipment or conduit. A list and product data sheets proposed for use. • References. The contractor shall provide a list of similar projects completed by its firms and a list of references, including owners' names, addresses and telephone numbers. • Copy of all licenses and certifications relevant to this proposal • Proof of a valid Contractor's License for the State of Arkansas • Completed Vendor Questionnaire (with DUNS#) and W9 • Small Business Certification • Comprehensive Automobile Liability Insurance ( $1,000,000 combined single limit) • Workers Compensation / Liability Insurance ($1,000,000 per occurrence) • Fire Legal Liability of at least $500,000 per occurrence. • Liability Insurance shall remain in effect for a minimum period of one year from the time of substantial completion but in no event less than the time required to complete all warranty work 9. Net 30 payment terms ALL FIRMS SUBMITTING PROPOSALS FOR THIS PROJECT SHALL HAVE NO LESS THAN FIVE CONSECUTIVE YEARS OF RELEVANT EXPERIENCE. IV. EVALUATION CRITERIA Award will be made to the offeror who provides Best Value to the Center when all Evaluation Criteria are considered. Lowest Price does not guarantee award of Sub Contract. Evaluation Criteria Point Value Price: Responsible Contractor who can perform effective services at the lowest reasonable price. 60 Quality: Demonstrated experience and knowledge capabilities; Technical Excellence; Management Capabilities; Personnel qualification; Quality of the Tender packages; Technical excellence including where necessary, technical drawings, blue prints. 20 Past Performance: Past services to center or list of references for verification purposes. 10 Schedule: Explanation on how services will be carried out and the delivery timeframe. 10 TOTAL POINTS 100 EXTENT OF WORK A. PRECONSTRUCTION ACTIVITIES • Submit a construction plan that limits the impact to the operations of the facility. The Plan must provide at a minimum one entrance way to every building that is under demolition or construction at all times. The areas to be remediated will be marked onsite by the contractor per "SITE SURVEY" and verified by the Center Director's representative. B. DEMOLITION ACTIVITIES • All materials removed during construction will be disposed of offsite. C.CONSTRUCTION ACTIVITIES • Remove five (5) each 6' x 7' doors with transoms. • Furnish and install five (5) each 6' x 7' doors and frames with transoms and removable mullion bars. • Remove seventeen (17) each 3' x 7' doors with transoms. • Furnish and install seventeen (17) 3' x 7' doors and frames with transoms. • Door frames will be a heavy duty 14 gauge galvanized frame with a 4" profile. • New doors will be heavy duty 16 gauge galvanized steel. • Furnish and install new glass in transoms and doors. • Doors will have half glass window kits, continuous hinges, exit devices, locks, handles, closures, weather stripping thresholds, and sweeps. • Paint new doors and frames. • Clean area and remove all debris. • Door ways shall meet ADA requirements. WAGE DETERMINATION The bidders shall conform to the latest Davis-Bacon prevailing wage rate decisions for the area. (See the attached wage rate) General Decision Number: AR140132 04/18/2014 AR132 Superseded General Decision Number: AR20130132 State: Arkansas County: Pulaski Rates Fringes CARPENTER, Includes Acoustical Ceiling Installation, Batt Insulation, Drywall Hanging, Form Work, and Metal Stud Installation. $ 15.06 3.42 PAINTER: Brush and Roller, Includes Drywall Finishing/Taping.. $ 14.60 6.42 LABORER: Common or General...... $ 9.94 0.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/LRJC1/LR-SOW-LRJC14-003/listing.html)
- Place of Performance
- Address: Little Rock Job Corps Center, 6900 Scott Hamilton Dr., Little Rock, AR 72209, Little Rock, Arkansas, 72209, United States
- Zip Code: 72209
- Zip Code: 72209
- Record
- SN03399989-W 20140621/140619234411-ce8904e7593d8563f32d33f146ab9b41 (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 |