MODIFICATION
59 -- gymnasium lighting
- Notice Date
- 8/6/2014
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Labor, Employment Training Administration, Gainesville Job Corps Center, 5301 NE 40th Terrace, Gainesville, Florida, 32609
- ZIP Code
- 32609
- Solicitation Number
- 234000571
- Archive Date
- 9/16/2014
- Point of Contact
- Sherrie Ashby, Phone: 352-377-2555, Mortlake Nembhard, Phone: 352-377-2555
- E-Mail Address
-
ashby.sherrie@jobcorps.org, mortlake.nembhard@fluor.com
(ashby.sherrie@jobcorps.org, mortlake.nembhard@fluor.com)
- Small Business Set-Aside
- Total Small Business
- Description
- "THIS IS A SUBCONTRACTING OPPORTUNITY" Solicitation Number 234.000571 NAICS 238210 Notice: This Solicitation is set aside for Small Business Fluor Federal Solutions, LLC, (Fluor) is contracted by the U.S. Department of Labor for the operation of the Gainesville Job Corps Center (GJCC), under contract #DOLJ13UA20007. GJCC is a federally ‐ funded residential educational facility serving roughly 285 area youth in vocational, academic, and employment training & education services. Point of contact for this project is Sherrie Ashby, Purchasing Specialist, who may be contacted via email ashby.sherrie@jobcorps.org, or phone 352-377-2555 x. 301. Fluor - GJCC is conducting a Request for Proposals (RFP) to upgrade its gymnasium lighting to T5 fluorescent technology in sports grade fixtures suitable for the gymnasium. The power available on the gym ceiling for lighting should be sufficient to replace the existing 400W HID light fixtures, with approximately 28, 4-lamp 2'x4' T5HO-fluorescent fixtures (54W lamp). These fixtures should be heavy duty and have very sturdy, highly efficient reflectors surrounding and protecting individual lamps such that a basketball will be unable to break or dislodge the lamps. Very rigid wire guards and lamp sleeves with end caps, or extremely strong lenses must also be in place. The fixtures must be very securely mounted as high as possible to avoid being damaged. The selected contractor should be prepared to obtain and provide lighting level calculations, layout of existing and new, circuit calculations of existing circuits, cut sheets with complete catalog numbers selected, and mounting methods proposed. At the close of the project the contractor shall return the existing fixtures to the center for possible future use. The contractor shall also obtain the service of a licensed architect/engineer to review the construction design submittal, equipment submittal, and shop drawings, as well as to conduct progress inspections. Other lighting options may be submitted along with original request for review This is a Request for Proposals (RFP) and does not commit any funds for procurement. All proposals submitted prior to deadline will be evaluated and a fixed price Purchase Order (PO) will be initiated for the selected vendor(s). A copy of the Fluor-GJCC Terms and Conditions is included as Attachment 1 and is also available by contacting the Fluor-GJCC Purchasing Specialist. Fluor-GJCC is seeking the best value to the Federal Government. Award will be made to the offeror whose proposal provides best value to the Center when all Evaluation Criteria are considered. Lowest Price does not guarantee award of Sub-Contract. This is a notice that the Purchase Order resulting from this RFP is a total set aside for small business. Only proposals submitted by small businesses will be considered. Any proposal that is submitted by a contractor that is not a small business will not be considered. Offerors must submit with their proposal an updated signed Vendor Registration form with self-certification of Small Business size. Evaluation Criteria Evaluation Criteria will be as follows: Superior, Very Good, Good, Marginal, unsatisfactory. Each proposal will be evaluated on the following factors: Safety: Protecting our students, our employees, our vendors and the environment is critical to Fluor - GJCC, therefore interested respondents to the RFP are requested to complete and submit the Health, Safety and Environmental (HSE) questionnaire, included herein as Attachment 2, as part of their proposal. Price: Responsible Contractor who can perform effective services at the lowest reasonable price. Quality: Demonstrated Experience; Knowledge/Capabilities; Technical Excellence; Management Capabilities; Personnel Qualification; Quality of Work; Technical excellence including where necessary, technical drawings, blueprints. Schedule: Explanation on how services will be carried out; the delivery timeframe; and ability to start project by September 15, 2014. Pricing for proposals shall be no higher than what would be quoted to "best" commercial customers and/or to agencies of the United States. Obligation of funds for procurement can only be performed by a Center Purchasing Specialist or a Government Contracts Manager. Direct orders from any other Center staff are not valid and the Company will not be held liable or responsible for such orders. All respondents to this RFP must have a "Dun & Bradstreet" (DUNS) number and provide documentation of such from the following website: http://fedgov.dnb.com/webform Davis Bacon wages apply to this project: ELEC1205-004 06/03/2013 ENGI0925-001 ELECTRICIAN Rates $ 23.08 Fringes 14%+5.43 Vendor shall hold all licenses necessary to do business in the state of Florida and/or the state in which the business is located. Copies of all licenses must be provided with the proposal. Vendors are required to carry the following insurance: Workers Compensation Comprehensive General Liability with Fluor Federal Solutions, LLC - GJCC listed as additional insured ($1,000,000 per occurrence and $3,000,000 aggregate). Comprehensive Automobile Liability ($1,000,000/combined single limit, property damage included) Payment terms are Net 30 days from date of invoice. Freight, fuel surcharge or handling charge, if any, must be noted in the proposal or charges will not be paid if invoiced The Contractor shall maintain all the spaces used in the performance of these services in a clean and orderly manner. All materials removed during construction will be disposed of offsite except that as stated above, at the close of the project the contractor shall return the existing fixtures to the center for possible future use. The contractor's personnel shall clean up all debris and leave the area in a presentable condition. Deliveries: The Contractor shall clear all deliveries with the Fluor-GJCC Property Specialist. Any hazardous or toxic substances must be identified and accompanied by as MSDS Vendor and his employees shall abide by all Fluor-GJCC rules and regulations. There shall be no fraternization between contractor personnel and Job Corps Center students or personnel. The Contractor will be required to follow all Fluor-GJCC safety and security requirements including searches when entering or leaving the site. Fluor-GJCC is an affirmative action employer committed to equal employment opportunity.   In accordance with our affirmative action policy, Fluor-GJCC recruitment and employment process is conducted without regard to race, color, religion, national origin, sex, marital status, handicap, or veteran status. Contractors must agree to comply with this affirmative action plan. There will be a mandatory pre-bid walk through conference on August 8, 2014 at 1:00 p.m. Proposals in response to this RFP will include: Proposal detailing contractors approach to the project; statement of price; W-9; Certificate of Liability Insurance; Statement of Authority to Commit; completed Fluor-GJCC New Vendor Registration form, included herein as Attachment 3 ; DUNS documentation; Completed Health, Safety and Environmental (HSE) questionnaire; and copies of all licenses needed to conduct business. All proposals must be received in the Purchasing Department, Gainesville Job Corps Center, 5301 NE 40 th Terrace, Gainesville, Florida 32609, not later than 5:00 p.m. Eastern time, August 22, 2014. Proposals may also be e-mailed to: ashby.sherrie@jobcorps.org, and/or faxed to Sherrie Ashby, Purchasing Specialist, at: (352) 373-2736. All proposals must be valid for a period of 90 days. Fluor-GJCC reserves the right to accept or reject any or all proposals. This RFP does not commit Fluor-GJCC to pay any costs incurred in the preparation of a proposal, nor does it commit Fluor-GJCC to award a contract for products, supplies or services. Fluor-GJCC will be the sole judge as to which proposal offers the best overall value and will serve the best interest of Fluor-GJCC. Additional information may be obtained by contacting Sherrie Ashby at the Gainesville Job Corps Center between the hours of 8:00 a.m. and 5:00 p.m. Eastern time, Monday through Friday.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/GainesvilleJCC/234000571/listing.html)
- Place of Performance
- Address: Gainesville Job Corps, 5301 NE 40th Ter, Gainesville, Florida, 32609, United States
- Zip Code: 32609
- Zip Code: 32609
- Record
- SN03454573-W 20140808/140807023112-29d619653e313e4abb1b7f40774986dc (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 |