Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOLICITATION NOTICE

Z -- Removal of Racking Systems Bldg 44 Bay A01 Project CSC-17300 - SP470217R0005

Notice Date
12/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Columbus, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SP470217R0005
 
Archive Date
2/4/2017
 
Point of Contact
Dana R. Russell, Phone: 6146921537
 
E-Mail Address
dana.russell@dla.mil
(dana.russell@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SP470217R0005 PR# 664800662 FR# 200062679 Construction Requirement Material Code: V00010984 Unit of issue: JB CLIN: 0001 Set-Aside 100% Small Business Firm Fixed-Price contract Type Drawings available and attached to the solicitation Project estimated Dollar Value; $200,000 to $500,000.0 Period of Performance: 60 days after issuance of the Notice to Proceed. This performance period is NEGOTIABLE Federal Acquisition Regulation (FAR) part 36, "Construction and Architect - Engineer Contracts" and (FAR) part 15 "Contracting by Negotiation" is the acquisition authority for this procurement. Place of performance : Defense Supply Center Columbus, 3990 East Broad Street, Building 44 Columbus, Ohio 43216-5000 FOB Inspection at Destination WAWF Inspection DoDAAC #SC0707 Description: Project CSC-17300 Removal of racking Systems in Building 44 Bay A01 1.1 GENERAL: This project consists of Removal of Racking Systems Bldg 44 Bay A01 at the Defense Supply Center Columbus, Ohio. •A. Scope: The Contractor shall furnish all plant, labor, material, supplies, equipment, tools, delivery, disposal and supervision required in performing all operations in conjunction with this project complete, in strict accordance with these specifications and Contract Drawing No. 3-1657 and A-3-30 subject to the terms and provisions of this contract. This section of the specifications is applicable to all other sections herein. 1.2 CONTRACT DRAWINGS : The contract drawings indicate the extent and general arrangement of the existing facilities, new work, materials and equipment installations. If any departures from the contract drawings, other than minor adjustments, are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Contracting Officer or their authorized representatives soon as practicable for approval. No such departures shall be made without the written approval of the Contracting Officer. 1.3 MATERIALS AND EQUIPMENT : Unless otherwise specified or indicated on the drawings, all materials used in this project shall be new and shall be in compliance with respective material specifications indicated. Materials shall be the standard products of a manufacturer regularly engaged in the manufacture of the product. Items of material/equipment shall essentially duplicate material/equipment that has been in satisfactory use at least two years prior to bid opening. 1.3.1 Materials and equipment shall be installed in accordance with the approved recommendations and instructions of the manufacturer for obtaining conformance with the contract documents. 1.3.2 Materials delivered to the site shall be inspected for damage, unloaded, and stored with a minimum of handling. Storage facilities shall be provided by the contractor at the job site for maintaining materials at temperatures and conditions recommended by the manufacturer. Storage accommodations shall afford easy access for inspection and identification of each shipment. 1.3.3 Warranty of Construction: In addition to the warranty clause as specified in FAR 52.246.21 and Alternate I (April 1984), the Contractor shall provide to the Government, upon the completion of the project, the standard warranty of the material/equipment offered by the manufacturer which extends beyond the one-year warranty of construction. 1.4 VERIFICATION OF DIMENSIONS : In addition to the "Site Investigation and Conditions Affecting the Work" clause under FAR 52.236.3 (Apr 1984), the Contractor shall familiarize himself thoroughly with all details of the work and working conditions, verify all critical dimensions and other data in the field, and advise the Contracting Officer or their authorized representative of any discrepancy before performing any work. 1.5 COORDINATION AND COOPERATION : The Contractor involved in the performance of this project shall coordinate the work to eliminate delay and shall submit, in a format provided by the Contracting Officer, within five (5) days after date of Notice to Proceed, a schedule of operations to the Contracting Officer or their authorized representative, for approval. All work shall be performed in strict accordance with the schedule of work approved by the Contracting Officer, unless any delay is found excusable within the meaning of the default clause, referenced elsewhere herein. The Contractor's central point of contact on this project will be the Contracting Officer, who will be assisted by the government project engineer and the government construction inspector. The areas at which the work is to be performed may remain active and operational during the performance of this contract. It is imperative that all work performed under this contract be scheduled and phased to minimize disruption of utility systems, personnel, vehicular traffic and provide accessibility to the buildings at all times. 1.6 DAILY ACTIVITY REPORTS : Shall be submitted by the Contractor to the Contracting Officer, or Government Inspector each day activity or work occurs at the job site. The daily report shall include the date, contract number and title, report number, contractor's name, weather conditions, work location, description of activity or work performed, safety actions, work hours, personnel, equipment, subcontractors, deliveries, and other pertinent information. 1.7 INTERRUPTIONS OF UTILITIES : 1.7.1 No utility services shall be interrupted or blocked off without approval of the Contracting Officer or their authorized representative. 1.7.2 Scheduling for interruption, shutdown of services shall be submitted in writing to the Contracting Officer or their authorized representative not less than SEVEN (7) days prior to date of all proposed interruptions. The request shall give the following information: (1) Nature of utility or system (sewer, water, electrical, fire sprinkler system, etc.) (2) Size of line and location. (3) Buildings, Services, and Equipment Affected. (4) Hours and date, estimated length of time of interruption 1.8 RECORD DRAWINGS : The Contractor shall maintain record drawings on file at the project site. As part of the final inspection and acceptance, the Contractor shall furnish the Contracting Officer or their authorized representative three (3) complete sets of Record Drawings. Record Drawings shall be kept up to date during the process of work and shall be made available to the Contracting Officer, or their authorized representative, upon request. 1.9 PROTECTION FROM DAMAGE : In addition to FAR 52.236.9 "Protection of Existing Vegetation, Structures, Utilities, and Improvement" (Apr 84), the contractor shall take all the necessary precautions to protect Government equipment and property at the job site, and shall be responsible for any damage to the equipment and property that may occur as a result of his negligence in connection with the prosecution of the work performed. Damage to Government equipment or property shall be repaired by the Contractor at his expense. 1.10 DUST CONTROL : The amount of dust resulting from any work performed shall be controlled to prevent the spread of dust and to avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such as ice, flooding and pollution. 1.11 CLEAN -UP : The contractor shall comply with FAR 52.236-12, "Cleaning-Up" (Apr 84). In addition, upon completion of the work at the end of each work shift, the contractor shall leave the premises in a clean and neat condition satisfactory to the Contracting Officer. Drop cloths or other suitable methods shall be used as required to protect the equipment and the personnel. Contractor shall remove the rubbish and debris from Government property daily, unless otherwise directed. 1.11.1 Remove and transport all debris and rubbish from the project site in a manner that will prevent spillage from streets and adjacent areas. The contractor shall comply with all applicable Federal, State and Local hauling and disposal regulations. 1.12 FINAL INSPECTION AND ACCEPTANCE : Upon completion of the entire project a final inspection will be performed by the contractor, the Contracting Officer or their authorized representative and authorized representatives from the Facilities Engineering Division, DS-FCIE (Construction Administration Office, Operations & Maintenance Office and Engineering Office. 1.13 PROJECT SPRINKLER SYSTEM DESIGN REQUIREMENTS : 1.13.1. APPLICABLE REFERENCES: 1. National Fire Protection Association (NFPA) 13, "Automatic Sprinkler System Requirements", 2016 Edition 2. National Fire Protection Association (NFPA) 72, "National Fire Alarm and Signaling Code", 2015 Edition 3. Unified Facilities Criteria (UFC) 3-600-01, 1.13.2 PROJECT SCOPE FOR EACH SECTION: •1. Demolition: •A. The contractor shall remove and dispose of all in rack sprinklers in section 1 of building 44, back to the mains. •B. The contactor shall dispose of all material from the existing system in accordance with all applicable law, regulations and policies that govern the Defense Supply Center of Columbus. •C. See fire protection documentation attached at the end of this document. 1.13.3 Design Requirements: •1. Occupancy Classification: Ordinary Hazard Group 2; Per UFC 3-600-01 Section 6-11.1 "Sprinkler protection must be based on Class IV commodities" (For Warehouses), Per NFPA 13 Table 13.2.1 Class IV commodities are Ordinary Hazard Group 2 •2. System Type: For all locations in building 44 section 1: Wet Pipe System •3. Fire Hydrant Flows: Contractor shall perform flow tests to determine; static pressure, residual pressure, hydrant flow at residual pressure, and any other data required for design. 1.13.4 Project Requirements: •1. Any system changes shall be designed and installed per UFC 3-600-01. All materials used shall be as allowed or as required in UFC 3-600-01. Note: Only schedule 40 black pipes shall be used, schedule 10 pipe will not be accepted Per UFC 3-600-01 Section 4-2.3.2 for DLA. •2. Any removal of fire suppression system pipes that effect fire alarms on the pipes shall be inspected by a certified alarm specialist according UFC and NFPA code. 3. All attached sprinkler layouts are to give the contractor a rough estimate of what is existing in building 44 section 1, contractor must field verify sprinkler layout 4. All sprinkler system alterations, including capping at the main pipe, shall be performed by a qualified sprinkler contractor licensed to install sprinkler systems in the state of Ohio, with a minimum of two or more years' experience in the sprinkler installation field. 5. Perform a certified acceptance test in accordance with NFPA 25, current edition 2014. The tests must be witnessed by the Contracting Officer Representative (COR) and coordinated with the DSCC Fire Department. Notes: (X) The solicitation will be available in FedBizOpps on its issue date of 12/06/2016 (X) The small business size standard is $36.5 million (X) Specifications, plans or drawings are available and attached to the solicitation (X) Solicitation will be posted at http://www.fedbizopps.gov for 30 days. Solicitation will be open on 12/06/2016 and close on 01/20/2016 SITE VISIT (CONSTRUCTION) (FEB 1995), ALT I (FEB 1995) - FAR (a) The clauses at FAR 52.236-2, Differing Site Conditions, and FAR 52.236-3, Site Investigations and Conditions affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. b) Offerors are invited to attend an organized site visit by reporting to: Defense Supply Center - Columbus, 3990 E Broad Street, Building 308, Columbus, Ohio on 12/20/2016, at 10:00 AM EST. Any questions arising from the site visit must be submitted via email to Mr. Dana R. Russell, dana.russell@dla.mil no later than 01/03/2017. Replies to questions will be sent to the requestors and all responding vendors no later than 01/11/2017. All replies to the solicitation must be into Mr. Dana R. Russell at dana.russell@dla.mil by 1:00 PM EST on 01/20/2017, the closing date of the solicitation. Call or email Mr. Dana R. Russell at 614-692-1537, dana.russell@dla.mil to be registered on the visitors list. Registration needs to be made 24 hours prior to the site visit. If you are not registered admittance to the site visit will not be allowed. PROPOSAL SUBMITTAL INSTRUCTIONS FOR LOWEST PRICE TECHNICALLY ACCEPTABLE COMPETITION 1. PREPARATION AND SUBMITTAL OF PROPOSALS a. GENERAL INFORMATION. Selection of an offeror for contract award will be made on the basis of an assessment of each offeror's response to the Request for Proposal (RFP). As a Request for Proposals (RFP) based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) evaluation factors for determination of technical acceptability consist of: (1) Factor 1 - Technical Construction Capability (2) Factor 2 - Technical Qualifications of Proposed Staffing (3) Factor 3 - Past Performance Acceptability NOTE: Failure to comply with the RFP requirements will raise serious questions regarding an Offeror's technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. b. THE OFFER. The submission of the documentation specified below will constitute the Offeror's acceptance of the terms and conditions of the RFP, including the Plans & Specifications for the construction of this project. These instructions prescribe the format for the proposal, and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. c. AWARD BASED ON INITIAL OFFERS. If the government does not conduct a reverse auction, it intends to evaluate proposals and make award without discussions. Proposals should contain the vendor's best terms. Additionally, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be necessary.. d. INSTRUCTIONS ON SUBMISSION. Offerors shall submit their proposal either as a HARDCOPY or via E-MAIL. EMAIL: Offerors shall send all email responses to: Mr. Dana R. Russell at dana.russell@dla.mil by 1:00 PM EST on 01/21/2017, the closing date of the solicitation. The emails needs to have the subject line: RESPONSE TO RFP SP4702-17-R-0005 PROJECT CSC-17300 REMOVAL OF RACK SYSTEM IN BUILDING 44 SECTION A01 If multiple e-mails need to be submitted offerors shall put in the subject line email X of X. The email is to contain the signed scanned copies of the documents listed below: HARDCOPY: Offerors shall submit a SINGLE PACKAGE to the address shown in Block 8 of the Standard Form 1442. The package shall include: (a) Three (3) Envelopes, Marked: ORIGINAL - RESPONSE TO RFP SP4702-17-R-0005 PROJECT CSC-17300 REMOVAL OF RACK SYSTEM IN BUILDING 44 SECTION A01 This envelope is to contain the signed original copies of the documents listed below: 1. DOCUMENTS TO SUBMIT. The original and photocopied documents to be included in the envelope identified above consist of: a. STANDARD FORM 1442. Submit the SF 1442 issued under this solicitation, with Blocks 10 (DUNS Number) and Blocks 14 through 20 properly filled-out by the Offeror. Include acknowledgment of any and all Amendments that may have been issued, either by: (1) listing them in Block 19 of the SF 1442, or (2) including copies of the Amendment document(s) (Standard Form 30) with Blocks 8 and 15 filled in and signed, or (3) including signed acknowledgement in the form of a separate letter that includes a reference to the solicitation and amendment numbers. NOTE: Failure to acknowledge any and all Amendments issued pursuant to this solicitation may be cause for rejection of your offer. b. OFFER GUARANTEE (BID BOND). In accordance with solicitation provision 52.228-1, Bid Guarantee, failure to furnish a bid guarantee, in the proper form and amount, by the deadline established for submitting offers, may be cause for rejection of the offer. c. DOCUMENTATION OF TECHNICAL ACCEPTABILITY. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15.101-2 for the Lowest Price Technically Acceptable (LPTA) Offer. The following significant Evaluation Factors will be used as the basis for determining Technical Acceptability: Past Performance; Technical Construction Experience; and Technical Qualifications of Proposed Staffing. NOTE: There is a realistic possibility that some offerors may choose to submit the same construction project as a qualifying example for both the past performance and the technical experience evaluation factors. This is not prohibited, but the supporting documentation must demonstrate that the submitted projects absolutely do comply with the specific minimal requirements, identified below, for each separate evaluation factor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c2fd5c0df6f629f3e9d377573a6b312)
 
Place of Performance
Address: Defense Supply Center Columbus,Bldg 44 Bay A01, 3990 East Broad Street Columbus, Ohio 43216-5000, COLUMBUS, Ohio, 43216-5000, United States
Zip Code: 43216-5000
 
Record
SN04345143-W 20161208/161206235750-5c2fd5c0df6f629f3e9d377573a6b312 (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.