Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2016 FBO #5238
MODIFICATION

Z -- LYJO- REPLACE VISITOR CENTER DOORS

Notice Date
3/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US
 
ZIP Code
00000
 
Solicitation Number
P16PS00786
 
Response Due
4/22/2016
 
Archive Date
5/7/2016
 
Point of Contact
Wagner, Marsha
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a request for quote (RFQ). Submit written quotes referencing document number P16PS00786 in accordance with the instructions in this announcement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 238290. The small business size standard is $15 Million. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Offers are due by email on or before April 22, 2016 at 2:00 p.m. CDT. A Site Visit will be held on April 7, 2016 at 10:00 a.m. CDT, please meet at the Lyndon B. Johnson National Historical Park Visitor Center/Administrative Building on 100 E. Ladybird Lane, Johnson City, Texas 78636. This combined solicitation synopsis is for purchase of the following commercial item: Replace Visitor Center Main Entry Doors. The work consists of furnishing all labor, material, equipment and incidents to remove the existing main entry/vestibule door(s) and frame(s). Replace with Dorma, ESA 300 Automatic Sliding Door, full breakout, bi-art with medium stiles as specified or approved equal. Replace two Visitor Center side Entry Doors. Work consists of removing the existing side entry door(s) and frame(s). Replace in kind with hallow metal door and frame as specified. Submit samples, shop drawings and manufacturer's literature and data. Scope of Work - Full scope of work is attached. Replace Visitor Center Doors Lyndon B. Johnson National Historical Park February 2016 1. Location and Facilities: The Visitor Center/Headquarters (VC/HQ) building is located at 100 E. Lady Bird Lane, Johnson City, Texas. Lady Bird Lane is two blocks South of Main Street (US 290) and can be accessed via F Street or G Street. The roads are paved and in good condition. For more information see the Park website at http://www.nps.gov/lyjo. 2. General Requirements: This procurement consists of one (2) Contract Line (Bid) Items. The work consists of furnishing all labor, material, equipment and incidentals to complete the proposed work. See pictures, specifications and drawings for additional information. A. Contract Line Item 1: Replace Visitor Center Main Entry Doors. Work consists of removing the existing main entry/vestibule door(s) and frame(s). Replace with Dorma, ESA 300 Automatic Sliding Door, full breakout, bi-part with medium stiles as specified or approved similar. Submit samples, shop drawings and manufacturers literature and data. B. Contract Line Item 2: Replace two Visitor Center Side Entry Doors. Work consists of removing the existing side entry door(s) and frame(s). Replace in kind with hallow metal door and frame as specified. Submit samples, shop drawings and manufacturers literature and data. Work shall be conducted between the hours of 8:00 AM and 4:00 PM, Monday through Friday, and actual work dates and schedule shall be coordinated with the CO or COR at least ten (10) working days in advance. All material and equipment must be on-hand before any work takes place. Upon receiving Notice to Proceed, contractor shall begin work within 15 days. The work shall be completed within 60 days from notice to proceed. 3. Safety: Safety is of highest concern to the Park. Work will be stopped if an unsafe action is noted. At no time shall the contractor operate equipment in an illegal or unsafe manner which may endanger others. The Contractor shall be responsible for all employee safety on the work site. The Contractor shall provide and insure the use of all required personal protective gear such as safety vests, hard hats, gloves, ropes, eye protection, hearing protection, harnesses, etc. The Contractor shall provide barriers to insure the safety of our visitors as well as protection for the Contractors employees. All operations shall comply with applicable OSHA regulations and industry standards. Injuries/Accidents: The Contractor shall report all serious injuries (those requiring medical attention) or fatalities that occur on the work site to the COR as soon as possible. The contractor shall report all injuries to the public or damage to private property to the COR as soon as possible. 4. Product Handling: Storage of materials will be permitted only in areas designated by the Park. Storage of materials shall be in a location safely away from visitor use areas, but as close as possible to the work site. Disturbance and site management will be carefully controlled to prevent damage to vegetation, soils and cultural (building) resources and to minimize air, water, soil, and noise pollution. Contractor shall provide pedestrian control. The Contractor shall keep the worksite neat, clean and free of waste materials and rubbish at all times. The Contractor shall comply with all legal load restrictions in the hauling of materials. 5. Site Visits: Site visits are strongly recommended and one has been arranged for April 7, 2016 at 10:00 a.m. CDT. Please meet at the Visitor Center/Administrative Building on 100 E. Ladybird Lane, Johnson City, Texas 78636. Submittals: 1. Proposal with quotation, narrative and references 2. Specifics as described in this scope of work upon award of contract. 7. National Park Service Points of Contact: Marsha Wagner- Contracting Officer - email: marsha_wagner@nps.gov On-site- Contracting Officers Representative (COR) and Facility Manager Rebecca Renaud 830-868-7128 x 238 Rebecca_renaud@nps.gov Lyndon B. Johnson NHP P.O. Box 329 Johnson City, TX 78636 8. Evaluation of Award: The award will be made to the responsible company, whose proposal represents the best value to the Government. The best value determination will be made on the basis of (1) Past Performance; (2) Price. Best value, as defines under FAR 2.101, means the expected outcome of an acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. Contractors are required to include a narrative response that explains how the work will be accomplished and provide reference regarding similar projects which they have completed within the past 5 years. All proposals will be rated based on past performance and price. The award may not necessarily be made to the Contractor submitting the lowest offer. One single award will be made as a firm fixed-price contract. Completion of Work: Upon completion of this contract the contractor shall remove all equipment, tools, debris from project, etc. and shall leave the premises clean, neat, and in good condition. Payment: The Contractor shall supply a complete invoice to the COR in a timely manner for payment. Payment shall be made through the government electronic payment system (IPP.GOV) and may take up to 30 days. 10. Other Information and Requirements: Section 084229 Automatic Entrances specification Existing Main Entry Door Pictures ESA 300 Automatic Sliding Door Drawing Section 08100 Metal Doors and Frames Existing Side Entry Door Pictures As-build first floor plan, elevations, sections, window and door details Applicable Clauses and Provisions: Provisions at 52.212-1, Instructions to Offerors - Commercial Provisions at 52.212-2, Evaluation - Commerical Items, Please include a completed copy of the provision. 52.212-3, Offeror Representations and Certifications - Commercial Item with your offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items please see attached listing of all applicable clauses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00786/listing.html)
 
Record
SN04062735-W 20160327/160325234129-55a0856f91402c769e0e22fd42e1b253 (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.