Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2005 FBO #1354
SOLICITATION NOTICE

H -- On-Site Monitoring & Observation Services for the NOAA/NMFS/Ted Stevens Marine Research Institute -- Juneau, Alaska

Notice Date
8/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-05-RQ-1775
 
Response Due
8/23/2005
 
Archive Date
9/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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, from which quotes are being requested, and a written solicitation will not be issued. This announcement is a Request for Quote (RFQ). The solicitation number is #AB133F-05-RQ-1775 and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-05 dated 07/27/05. This acquisition will be awarded under simplified acquisition procedures (Part 13). This procurement is a 100% set-aside for small businesses. The associated NAICS code is 541350 with a $6 Million size standard. The resulting contract will be a firm-fixed price contract. The contractor shall perform on-site monitoring/observation services in accordance with the following scope of work: 1.0 SCOPE OF WORK: The National Oceanic and Atmospheric Administration (NOAA) is beginning construction of the Ted Stevens Marine Research Institute (TSMRI) at Lena Point near Juneau, Alaska. The new facility will include a laboratory building, a research office building and sea water supply facilities. The construction work is currently being performed by a Construction Manager as Constructor (CMc). The services of an independent, local, full time on-site monitor and observer (on-site monitor) is required to oversee the Government?s interests in the construction of the TSMRI at the Lena Point site, in accordance with the terms of the CMc contract. The contractor shall furnish all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and shall plan, schedule, coordinate, and assure effective performance of all services described herein. The Contracting Officer will have overall jurisdiction for surveillance, inspection, and administration during the performance period of this contract. A Contracting Officer?s Technical Representative (COTR) will serve as the Government point of contact for the contractor on all matters relating to the on-site monitoring and observation services. The contractor will report directly to the COTR and shall ensure compliance with the implementation of applicable codes and references within the Project Manual and Construction Drawing Final Construction Documents for NOAA, Fisheries, Ted Stevens Marine Research Institute, Lena Point, Juneau, Alaska dated 06/20/05. 2.0 STATEMENT OF WORK: The contractor shall be responsible for daily inspections of all work performed by the CMc in accordance with the terms and conditions of the construction contract to verify conformity with requirements of the construction contract. The on-site monitor shall verify that workmanship, materials and equipment installed by the CMc or its subcontractors, meet or exceed the requirements of the contract drawings and specifications; plan and coordinate observations with CMc to minimize impacts on construction operations; and confirm that critical inspections occur as required. The contractor shall attend and participate in bi-weekly construction progress meetings coordinated and conducted by the CMc, and act as the Government?s representative on-site and at other meetings as designated for attendance by the COTR. This individual shall: (1) Observe the work daily and complete daily reports (daily diaries) to record work inspected. The daily diary is a detailed summary of all events which occur at the job site or elsewhere which affect or may be expected to affect, project progress, including manpower and equipment usage for each work category identified and for the CMc and each subcontractor involved in each work category, testing performed, testing results received, safety notices, weather conditions; (2) Recommends to the Government the rejection of material or workmanship not conforming to contract requirements; (3) Promptly reports to the CMc, in writing, observed variances from the construction contract requirements with a copy to the COTR; (4) Notifies the CMc and the COTR if the CMc fails to promptly remove, correct, or replace rejected construction; (5) Prepares reports for all observations, identifying both items that have been satisfactorily accomplished, and those which require correction; (6) Maintains an active list of deficiencies and omissions, indicating corrective status; (7) Verifies the accuracy and completeness of all As-Built Drawings, and assures that the CMc maintains and updates their drawings on a regular basis; (8) Reviews contract drawings, specifications, and approved submittals in preparation for upcoming inspections; (9) Monitors compliance by the CMc with contractual safety requirements and makes periodic reports on CMc's compliance with his safety plan. The contractor should consider project safety a key element of their daily inspections. Report deficiencies to the COTR immediately upon identification; (10) Cooperate, to the extent necessary, with officials of other agencies (Federal and/or state) who are vested with authority to enforce requirements of the Occupational Safety and Health Act (OSHA) of 1970; (11) Advise the CMc immediately of any safety hazards observed. (NOTE: All stop work orders are issued by the CO, therefore if the contractor observes a safety condition that appears life threatening he/she shall immediately inform the CMc of the issue and contact the COTR; (12) May serve as Government witness to tests. If asked to do so, the on site monitor shall review and analyze the test results for acceptability, and notify the CO/COTR and CMc of observed deficiencies in the work; (13) Reviews the CMc Quality Control Plan (QCP) for completeness and notifies the CO/COTR if any performance, condition or operating test is not covered therein; (14) Provide monthly photos of work in progress and photos of deficient work or work in dispute; and provides observations of building commissioning. In the event any differences arise between the on site monitor and the CMc, the on site monitor shall inform the COTR promptly, in writing, giving details of pertinent facts on both sides, applicable contract provisions and recommendations as to action to be taken by the COTR. The COTR shall provide the on-site monitor with the interpretation and/or resolution and will provide the same to the CMc directly. The contractor shall receive and review the CMc?s progress monitoring/contract project schedule updated, which are required to be submitted with each request for payment and monitor the progress of the CMc relative to the established schedule; anticipate delays; and advise the CO/COTR when problems are predicted. The on site monitor will highlight these matters in his daily reports. The contractor shall review all requests for payment submitted by the CMc for progress payments and final payment, and submits recommendations concerning approval to the CO/COTR by verifying the value of work in place and stored materials and reviewing the actual project schedule and the CMc?s project schedule updates; maintain records of payments on account of the contract sum and all changes; interview employees of the construction contractor and subcontractor(s) for proper Department of Labor (DOL) labor classification and rate of pay as required by DOL Wage Determination #AK030001 dated 04/22/05; submit interview information on a ?Labor Standards Interview? form, confirming that the construction contractor has posted the effective wage rate at the site; assess whether the number of helpers, laborers, trainees and apprentices is excessive compared to the number of journeymen, and verify that workers designated as apprentices are enrolled in a bona fide apprentice program. Log and monitor the training of systems, etc., required to be provided by the CMc to Government operation and maintenance personnel. The contractor shall not provide instructions, render opinions, or direct activities of the CMc or any of its contractor/ subcontractor(s). The contractor shall be required to perform these services daily Monday through Friday normally between the corps hours of 6a.m. and 6p.m. The COTR as dictated by the work inspection requirements may adjust work hours. The resulting contract is not subject to the Service Contract Act, as defined in Part 541 of Title 29, Code of Federal Regulations. The resulting contract is a non-personal services contract. 3.0 Period of Performance: The period of performance will be effective from the award date of the contract through 14 months. 4.0 Options: The Government may require continued performance of this contract beyond the original 14 months at the rates established under the Schedule. Exercising an option will be at the discretion of the Government and may be done anytime during the contract?s current performance period. 5.0 Use of Government Property/Materials: The Government, through the CMc contractor, will provide a field office trailer for joint Government/on site monitor use with an individual office for the on site monitor. The trailer will also have bathroom facilities and a drawing layout area. Other provided joint use office equipment will includes a photocopying machine, fax machine, and common management information system such as Primavera Expedition. 6.0 Payment: Invoices shall be submitted in accordance with FAR 52.212-4(g), and payment shall be based upon services provided per month. 7.0 Deliverables: The Contractor shall develop all documents on an IBM-PC compatible computer system submitting all written documentation in a format which can be used directly (without conversion) by Microsoft Word, 2003; electronic documentation to be submitted on CD-ROM, ensuring that all inserted ?objects? within computer files are ?embedded? rather than ?linked? to ensure transportability of the files. Spreadsheets shall be in a format which can be used directly (without conversion) by Microsoft Excel 2003. All written documentation shall use standard white bond or formatted sheets 8? x 11 inch, organized in a logical sequence, and labeled as ?On Site Monitoring Services, Contract No. xxx, Ted Stevens Marine Research Institute, Juneau, AK?. All documentation generated as a result of this contract shall become property of the U.S. Government and shall be submitted to the COTR. 8.0 Contractor Qualifications: The on site monitor shall have at least five (5) years construction inspection experience representing an owner, Architectural/Engineering firm, or prime construction contractor as an on-site project superintendent performing monitoring for OSHA compliance, construction project schedule compliance, submittal routing, and overall construction compliance and quality control. Qualification statements shall include educational background, professional training, degrees, special skills, i.e., computer/project management, specific license(s)/registrations acquired, etc. Offerors shall provide a minimum of three (3) contract reference in providing on-site monitoring services as described in this solicitation. A maximum of five (5) references of your most recent and relevant projects shall be submitted for the Past Performance evaluation. SCHEDULE: Contract Line Item #0001 ? Provide labor and materials necessary to accomplish the on-site monitoring services described in the above scope of work: Unit Price = $__________/month x 14 MO = Total Price $___________ Full text of the Federal Acquisition Regulations (FAR) noted within this synopsis/solicitation can be accessed on the Internet at www.arnet.gov/far; and Commerce Acquisition Regulation (CAR) clauses noted within this synopsis/solicitation can be accessed on the Internet at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1352 [local clauses] noted. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial (1/05) and the following Addenda: Offers must include with their offer an originally signed SF-1449, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications Commercial Items, Qualification Statement, and Past Performance Form (See [NOTE] at conclusion of the synopsis/solicitation). FAR 52.212-2, Evaluation Commercial Items (1/99) applies as follows: (a) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose submission conforms to the stated technical qualifications, and is considered most advantageous to the Government for quoted price, and past performance. Evaluation of quotes will be per FAR Subpart 13.106. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance, which unless specified otherwise is 60 days after quotes are due, shall result in a binding contract without further action by either party. Before the specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (3/05) shall be completed and a copy submitted. FAR 52.212-4, Contract Terms and Conditions Commercial (10/03) items and the following Addenda are applicable: FAR 52.222-39, 52.233-4; CAR clauses 1352.201-70, 1352.201-71, 1352.233-71, 1352.239-73, and 1352.239-74 are applicable to this synopsis/solicitation. Agency level protest procedures can be found in full text at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1333. FAR 52.204-7, Central Contractor Registration (CCR) is applicable; therefore, all vendors wishing to do business with any Federal Government Agency must be registered in CCR. Registration can be completed via the internet at http://www.ccr.gov. FAR 52.212-5, Contract Terms and Conditions (7/05) required to Implement Statues or Executive Orders Commercial Items, the clauses cited within the clause indicated below, and the following Addenda apply: FAR 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, and 52.233-3. Award will be made to the responsible offeror: whose quote conforms to the synopsis/solicitation requirements, and whose price and past performance represents the best value to the Government in accordance with FAR Subpart 13.10. Quotes are due in the office of NOAA?s Acquisition Management Division, address noted above, by 2:00 PM (local time) on August 23, 2005. All offers received by the due date will be considered by the Government. Facsimile (fax) or email offers are not acceptable. NOTE: Offerors interested in submitting a quote on this acquisition should obtain a copy of (1) Applicable SF 1449, (2) Representations and Certifications, and (3) Past Performance form, from Judi.M.Jzyk@noaa.gov. The documents will be provided by return email or by fax, so offeror's fax number is required.
 
Place of Performance
Address: Juneau, Alaska
 
Record
SN00865913-W 20050811/050809211822 (fbodaily.com)
 
Source
FedBizOpps.gov 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.