Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,2000 PSA#2655

Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279

K -- VALVES AND TRAPS SOL SSA-RFQ-00-0348 DUE 081100 POC Sharon Hall, Contract Specialist, Phone 4109659534, Fax 4109669310, Email sharon.hall@ssa.gov WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=SSA-RFQ-00-0348&LocID=2422. E-MAIL: Sharon Hall, sharon.hall@ssa.gov. The Social Security Administration (SSA) has the need for a contractor to provide all labor, materials, equipment and supervision necessary to identify all valves and traps this will include all domestic water valves, H.V.A.C. valves and steam valves/traps within the SSA Metro West Building located at 300 N. Greene Street, Baltimore, Maryland 21201 as indicated in this solicitation. This is a combined synopsis/solicitation for commercial items (as defined by FAR 2.101) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a 100% small business set-aside, issued as Request for Quote Number SSA-RFQ-00- 0348. Quotations submitted from other than small business sources will be rejected. All responsible small business sources may submit a proposal, which shall be considered. The Sic Code 5074. The small business size standard is $7.0 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. Quotations in response to this RFQ shall be submitted by 3:00 p.m. local prevailing time, August 11, 2000. SCOPE: The contractor shall remove all old tags and shall furnish and install new 2_ brass tags (with brass _S_ hooks and chain) with engraved or stamped identification (1/2_ numbers/letters below 14_ numbers/letters) of the valve/trap type (gate-manual, ball-electric, etc.), the fluid type (i.e. cold water-cw, chiller water supply-cws, etc.), the system associated (H.V.A.C., steam, chill water, etc.) and the location that will identify both the floor and valve location). RESPONSBILITY: The contractor shall be responsible for furnishing a current listing of all valves/traps correct locations, sizes, and statuses (whether the valve/trap is in use, out of service, or on automatic). The contractor shall dispose of all debris except for copper or brass (the old tags which have been removed) which will be used for recycling. The contractor shall not be permitted to use Government containers, compactors or trash receptacles for disposal of debris. The contractor shall store all tools, materials and equipment within the immediate work area. All work areas shall be cleaned and free from debris at the end of each work day. TIME OF PERFORMANCE: All work shall be performed during after normal working hours between the hours of 6:00 p.m. and 11:00 p.m. Monday thru Friday, except Federal Holidays. COMPLETION: From the date of award, the contractor shall have one-hundred and eighty (180) calendar days to complete all requirements. This project must be accepted by the Project Officer or his representative by the completion date. SECURITY CLEARANCES: Contractor_s personnel who require access to SSA facilities shall be required to undergo a pre-screening investigation. This will be conducted by the Government. Such investigation shall include a statement of personal history. Non-US citizens shall be required to provide a photocopy of their work authorization permit and Social Security card. Accordingly, the contractor should select only those persons who are likely to meet the suitability requirements in order to reduce the likelihood that employee (s) will be found unsuitable and not be allowed to work under the contract. The Government shall have and exercise full and complete control over granting, denying, withholding or terminating clearances for contractor employees. The contractor shall allow five (5) working days after SPO (Security Project Officer) receipt of the required forms for the pre-screening process. TERMS AND CONDITIONS: The provision of FAR 52.212-1, Instructions to Offerors-Commercial Items (March 2000) and below applies to this acquisition, (a) Sic Code 5074, Size Standard $7.0 million; (b) (1) -- (b) (11); (c), (f) and (g). Offerors are required to include a completed and signed copy of the provision at FAR 52.212-3_Offeror Representation and Certifications-Commercial Items(Feb 2000), with their offer. FAR provision 52.212-4 Contract Terms and Conditions_Commercial Items (May 1999) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders_Commercial Items (July 2000), (a) (1-2), (b) (11), (b) (12), (b) (13), (b) (14), (b) (15), (b) (16), (c) (1-2) (e) (1-4) are incorporated by reference. Wage determination wage no: 94-2247 (Rev 16). EVALUATION CRITERIA: Award will be made on a best value basis taking into account the following factors: experience, past performance and price. The offeror shall submit three (3) references of similar projects completed within the past three (3) years. SITE VISIT: A site visit is schedule for August 4, 2000 at 10:00 a.m. at the Social Security Administration, Metro West Building, 300 North Greene Street, Baltimore, Maryland 21201. A copy of the above provision/clauses may be obtained from the contracting point. Posted 07/29/00 (D-SN480193). (0211)

Loren Data Corp. http://www.ld.com (SYN# 0037 20000802\K-0001.SOL)

K - Modification of Equipment Index  |  Issue Index |


Created on July 31, 2000 by Loren Data Corp. -- info@ld.com