SOLICITATION NOTICE
Z -- Construction of DOL Conference Room
- Notice Date
- 9/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Boston, John F. Kennedy Federal Bldg. E215, Boston, Massachusetts, 02203
- ZIP Code
- 02203
- Solicitation Number
- OASAM_BOS_2008-01
- Archive Date
- 10/11/2008
- Point of Contact
- Debra L. Reynolds,, Phone: 6177882848, Gary Cowan,, Phone: 6177882807
- E-Mail Address
-
reynolds.debra@dol.gov, cowan.gary@dol.gov
- Small Business Set-Aside
- N/A
- Description
- Scope of Work 1. Unless otherwise specified herein, the contractor shall provide all supplies, personnel, equipment, tools, materials, supervision, and other items or services necessary for the construction of DOL conference space, which is to be located in Room E-215 of the JFK Federal Building, 25 New Sudbury Street, Boston, MA 02203. Project includes acquiring approximately 700 square feet from the adjacent Room 235, currently occupied by OFCCP. Please refer to attached drawing for more details. Construction to be done includes the following: •Construct twenty-two (22) linear feet of new drywall between new conference room, and remaining OFCCP space. Prime new drywall and apply two coats of paint; •Demolish existing office walls within former OFCCP area (approximately 22 linear feet); •Re-paint entire conference room with two coats of paint; •Furnish and install one fire-rated three-foot door at masonry wall; •Repair and replace any damaged ceiling tiles; •Install carpet tiles for the renovated conference space (carpet tiles will be provided by DOL OASAM); •Furnish and install cove base in conference room and both sides of new wall. 2. Demolition and construction also includes the complete renovation of electrical and related systems and equipment as defined in this scope. Electrical renovation shall include but not be limited to the following: Service connections, panels, outlets, switches, circuits, lighting fixtures, faceplates, IT wiring, other telephone and data wiring, etc. within newly renovated conference room (exact locations to be determined). The contractor shall provide and install the following for new DOL conference space: •Remove any electrical/data in demolished walls; •Install new secure data cabinet, including installation of four (4) data lines and four (4) phone lines from conference to LAN Room; •Install twenty (20) CAT-5 drops within new conference room; •Include power and cable for wall mount TV; •Provide sixteen (16) dimmed hi-hats; •Provide emergency lighting; •Provide and install eight (8) new receptacles (duplex wall outlets). 3. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All materials used for this contract shall be new, unless otherwise noted. 4. The contractor shall furnish in writing the names of all contractor personnel, and shall advise immediately whenever changes are made. 5. The contractor shall comply with Federal drug-free workplace and work force requirements under the Federal Acquisition Regulations. 6. Some classifications of work may require special protective gear. The contractor shall be responsible for identifying those job classifications requiring protection equipment IAW OSHA standards. 7. The U.S. Department of Labor (US DOL) requires contractor support to perform the tasks listed in this statement of work. The work shall be performed within DOL office space assignments at the John F. Kennedy Federal Building (JFK FB), 25 New Sudbury Street, Boston, Massachusetts. The JFK FB is owned and managed by the U.S. General Services Administration (US GSA). 8. All written specifications and plans submitted by the contractor must be reviewed and approved by GSA prior to the commencement of any work. This includes but is not limited to acquiring the written approval of the GSA Fire Protection Engineer and the GSA Senior Property Manager of the JFK FB. 9. All contractor staff must meet security clearance requirements as outlined by Homeland Security Presidential Directive 12 (HSPD-12) and which will be coordinated and confirmed through the U.S. Department of Homeland Security/Federal Protective Service. 10. Copies of all trade licenses for contractors working within the JFK FB must be provided for review prior to the commencement of any work. 11. Contractor shall provide to GSA, and maintain at their sole cost and expense throughout the project, the following insurance coverage: (i) Comprehensive General Liability Insurance for claims arising from bodily injury, personal injury and property damage occurring upon, in or about the government property on an occurrence basis with combined single limit coverage of not less than one million and 00/100 dollars ($1,000,000.00) per occurrence and two million and 00/100 dollars ($2,000,000.00) in the aggregate; and (ii) Workers’ Compensation Insurance as required by law. 12. All such insurance shall be issued by insurers duly authorized and licensed to do business in the Commonwealth of Massachusetts. All such insurance shall provide that coverage may not be canceled without twenty (20) days prior written notice to the GSA. Certificates of Insurance evidencing such insurance policies, in a form reasonably acceptable to GSA, shall be provided prior to work commencing on the project. 13. Contractor shall be liable for any damage to the building incurred as a result of the work being performed under this contract. If damage is incurred, DOL shall arrange for repair of the damage and deduct said amount from the balance due on this contract. 14. Any cost incurred by GSA as a result of this project will be the sole responsibility of the contractor. 15. Prevailing wage rates must be paid for all work performed under this award as stipulated by the Davis Bacon Act. (www.wdol.gov) 16. Prior to award, the contractor is required to have a valid registration on file at www.ccr.gov. WALK-THROUGH FOR INTERESTED CONTRACTORS: A walk-through for all interested contractors will be conducted on Friday, September 19, 2008 at 10am. This walk-through will be at JFK Federal Bldg, Room E-215, Boston, MA 02203. We are located right next to Boston City Hall, on City Hall Plaza, and the public entrace for the building is located on Cambridge Street. Please call either Debra Reynolds or Gary Cowan if you require further directions. Please be advised that this is a Federal facilitiy, and you should arrive allowing sufficient time to go through security. There is very limited public parking around the building, but there are several parking garages located in the vicinity of the building. All responsible sources may submit a quotation which, if timely received, will receive consideration. Quotations must be submitted no later than Monday, September 26, 2008 at 11:00am Eastern Standard Time. Anticipated Award Date is no later than September 29, 2008. For additional information, contact Debra Reynolds by phone at 617-788-2848, or email at Reynolds.Debra@dol.gov. 52.252-2 – CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer shall make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acqnet.gov FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES CLAUSETITLE 52.212-01Instructions to Offerors – Commercial Items 52.212-02Evaluation – Commercial Items 52.222-06Davis Bacon Act 52.211-10Commencement, Prosecution, and Completion of Work 52.212-04Contract Terms and Conditions – Commercial Items 52.212-05Contract Terms and Conditions Required to Implement Statutes Executive Orders-Commercial Items. 52.219-8Utilization of Small Business Concerns 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41Service Contract Act of 1965, as Amended 52.236-5Material and Workmanship 52.236-7Permits and Responsibilities 52.236-9Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvement 52.236-12Cleaning Up 52.236-15Schedules for Construction Contracts 52.203-5Covenant Against Contingent Fees 52.203-7Anti-Kickback Procedures 52.216-24Limitation of Government Liability 52.216-25Contract Definitization 52.223-13Certification of Toxic Chemical Release Reporting 52.223-14Toxic Chemical Release Reporting 52.223-15Restrictions on Certain Foreign Purchases 52.232-5Payments under Fixed-Price Construction Contracts 52.232-27Prompt Payment for Construction Contracts 52.233-2Service of Protest 52.233-3Protest after Award 52.233-4Applicable Law for Breach of Contract Claim 52.236-28Preparation of Proposals—Construction 52.244-6Subcontracts for Commercial Items
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1fca0e4616efdf40b2464a78161eb6db&tab=core&_cview=1)
- Place of Performance
- Address: JFK Federal Bldg, RM E-215, 25 New Sudbury Street, Boston, Massachusetts, 02203, United States
- Zip Code: 02203
- Zip Code: 02203
- Record
- SN01659435-W 20080906/080904221129-1fca0e4616efdf40b2464a78161eb6db (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 |