Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

F -- Asbestos Abatement - Asbestos Abatement Requirements - Wage Determination

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
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
DTSL5515Q0199
 
Archive Date
10/13/2015
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236, Brendan P. Smith, Phone: 3157643260
 
E-Mail Address
patricia.white@dot.gov, brendan.smith@dot.gov
(patricia.white@dot.gov, brendan.smith@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination Asbestos Abatement Requirements 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; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number DTSL5515Q0199 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The applicable NAICS code is 562910 and the size standard is $20.5M. Item No. Description Total BASIC REQUIREMENT 1. Abate asbestos-containing insulation on steel water piping as follows: 245 linear feet of 4-inch pipe and 245 linear feet of 3-inch pipe located between Station 263.5B and Station 528.5B: For The Job $____________ OPTIONAL REQUIREMENTS 2. Incremental extra cost to abate a partition at approximate Station 409.0B (within work area of Item No. 1) in the gallery composed of asbestos-cement (transite) panels: For The Job $___________ 3. Abate asbestos-containing insulation on steel water piping as follows: 245 linear feet of 4-inch pipe and 245 linear feet of 3-inch pipe located between the upstream control house spreader room (basement) and station 263.5B: For The Job $___________ 4. Abate asbestos-containing insulation on steel water piping as follows: 335 linear feet of 4-inch pipe and 335 linear feet of 3-inch pipe located between station 528.5B and the downstream control house spreader room (basement): For The Job $___________ 5. Abate asbestos-containing insulation on steel water piping as follows: 25 linear feet of 1½ -inch pipe located in the vicinity of the stairway in the downstream control house spreader room (basement): For The Job $___________ The price for each item (except Item No. 2) shall include the setup, operation and teardown of all enclosures and decontamination areas as required for proper containment and decontamination of the work areas, and all required air monitoring and clearance testing. Item No. 2 will be conducted under the same enclosure, decontamination, monitoring and clearance testing regime as Item No. 1 thus only an incremental extra cost is needed for Item No. 2 as indicated. The SLSDC reserves the right to award the basic item and any combination of the optional items as deemed most advantageous to the SLSDC. The Contractor may assume that all items awarded are allowed to be performed concurrently. Stationing locations may be obtained through review of the pertinent reference drawings. Pipe diameters stated are the standard nominal diameters for steel pipe. Location of the project is Eisenhower Lock, 190 Barnhart Island Road, Massena, NY. All work, including clean-up, must be completed by December 21, 2015. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the Corporation, considering price and past performance. T he Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. The offeror shall include with their offer names and contact information for three (3) completed jobs similar in nature to this requirement. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. 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; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications (Dec 2012); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Jul 2013); 52.204-13, System for Award Management Maintenance (Jul 2013); 52.217-4, Evaluation of Options Exercised at Time of Contract Award (June 1988); 52.222-6, Construction Wage Rate Requirements (May 2014) ; 52.222-7, Withholding of Funds (May 2014); 52.222-8, Payrolls and Basic Records (May 2014); 52.222-9, Apprentices and Trainees (Jul 2005); 52.222-10, Compliance with Copeland Act Requirements (Feb 1988); 52.222-11, Subcontracts (Labor Standards) (May 2014); 52.222-12, Contract Termination-Debarment (May 2014); 52.222-13, Compliance with Construction Wage Rate Requirements and Related Regulations (May 2014); 52.222-14, Disputes Concerning Labor Standards (Feb 1988); 52.222-15, Certification of Eligibility (May 2014); 52.222-5, Construction Wage Rate Requirements-Secondary Site of the Work (May 2014); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 4:00 pm EST, Monday, September 28, 2015. 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 by considered by the Saint Lawrence Seaway Development Corporation. 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/DTSL5515Q0199/listing.html)
 
Place of Performance
Address: Eisenhower Lock, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN03893341-W 20150920/150918235252-1840992cc717da9d75721565122e36af (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.