SOLICITATION NOTICE
Z -- Base Wide Painting Maintenance - SP4702-15-R-0034
- Notice Date
- 7/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SP4702-15-R-0034
- Archive Date
- 9/8/2015
- Point of Contact
- Ricardo Blanco Soto, Phone: 6146925296
- E-Mail Address
-
ricardo.blancosoto@dla.mil
(ricardo.blancosoto@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation # SP4702-15-R-0034 PR: 57977975 FR: 200040236 Description: Base Wide Painting Maintenance CLIN's: 0001 thru 0012 Set-Aside 100% Small Business Period of performance: 105 calendar days after the issuance of the Notice to Proceed. This performance period is NEGOTIABLE. Statement of Work 1.1 GENERAL : This project consists of re-painting handrails, man doors, overhead doors, CMU walls, louvers and staircases on the exterior of the buildings at DSCC. Scope: The Contractor shall furnish all 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. 8-313 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 CONTRACTOR QUALIFICATIONS: This project requires the use of specialized skills and equipment. Contractors submitting offers for this project shall have not less than a minimum of three (3) years of work experience in having satisfactorily performed work of the types required by this project. 1.5.1 All contractors shall submit the following with their bid: written qualifications, work experience, and references for projects satisfactorily completed within the last two years, demonstrating the contractor is qualified and experienced to perform the specified work. The written qualifications statement shall be certified and signed by the principle of the contracting firm. 1.5.2 Details of workmanship shall be in accordance with the highest standards and best practices of the respective trade as recognized by respective contractor's association. 1.5.3 Only qualified tradesmen or mechanics shall be assigned to do the work required by this contract. At no time shall the work be accomplished by apprentices or laborers without the supervision of a journeyman or higher level supervision. 1.6 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. 1.7 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. 1.8 INTERRUPTIONS OF UTILITIES : 1.8.1 No utility services shall be interrupted or blocked off without approval of the Contracting Officer or their authorized representative. 1.8.2 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 1.9 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. 1.10 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. 1.11 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. 1.12 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. 1.12.1 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. 1.13 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). General information to the offerors DLA Internet Bid Board System (DIBBS) quotations are not acceptable for this solicitation. Offerors' must complete the entire solicitation. Quotes must be submitted on hard copy of this Request for Proposal (RFP) and scanned and emailed to ricardo.blancosoto@dla.mil. Construction Cost Estimate must be submitted with your company proposal. This solicitation is issued in accordance with Federal Acquisition Regulation Part 38 "Construction and Architect- Engineering Contracts" and Part 15 "Contracting by Negotiation" is the acquisition authority for this requirement. This solicitation is being issued to establish a Firm Fixed Price Performance Base Contract (FFPPBC) that will consists of painting various office buildings throughout the base. The FFPPBC is being solicited as stand-alone requirement, no options included. Pricing shall be submitted including cost estimates with Inspection and Acceptance at destination. INFORMATION TO BE PROVIDED BY THE GOVERNMENT AND/OR THE VENDOR, AND CLAUSES/PROVISIONS THAT ARE REQUIRED TO BE PROVIDED IN PARTIAL OR FULLTEXT. IN ADDITION, DUE TO SYSTEM LIMITATIONS, SOME MANDATORY CLAUSES/PROVISIONS MAY BE DUPLICATED. IN THE EVENT DUPLICATED CLAUSES/PROVISIONS HAVE DIFFERENT DATES, THE MOST CURRENT IS APPLICABLE. FULL AND OPEN COMPETITION ACQUISITION AFTER EXCLUSION OF SOURCES (FAR 6.2) CONTRACT MUST BE REGISTERED ON; SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE QUOTE/PROPOSAL SUBMISSION. CHECK THE FOLLOWING SAM WEBSITE LINK FOR REGISTRATION AND/OR SAM EXPIRATION DATE, WWW.SAM.GOV WIDE AREA WORKFLOW Information for Wide Area Workflow (WAWF) Invoicing: Use 2 in 1 Document Invoice. To ensure timely payment the vendor should enter the required info in WAWF on the day the material ships from their facility. Contractors/vendors not using WAWF will need to register for WAWF in order to gain access to the new myInvoice functionality Evaluation factors for award: Award will be made to the offeror or offerors whose offer(s) conform to the solicitation requirements and represents the best value to the Government. Unless DLAD 52.216-9010 is included, at time of solicitation the Government anticipates making a single award. The following evaluation factors will be considered in the evaluation of proposals received under this solicitation with their assigned ranking in descending order of importance: [X] Past Performance [X] Technical Construction Experience. [X] Technical Qualifications of Proposed Staffing Contract Award will be made to the responsible vendor that offers the lowest priced technically acceptable proposal GREEN PROCUREMENT All products proposed for use in, or requisitioned under this contract must conform to federal Green Procurement regulations as they relate to the Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines. These products include Energy Star or Federal Energy Management Program designated electronics; United States Department of Agriculture bio-based designated products; Electronic Product Assessment Tool designated electronics; alternative fuels and fuel efficiency; and non-ozone depleting substances. Such products must meet contract performance requirements, taking into consideration price, competition, and availability factors. DLAD 52.237-9003 SITE VISIT COORDINATOR (a) Offeror are invited to attend an organized site visit by reporting to the DLA Installation Support -Columbus Engineering Services Branch, Building 308, Defense Supply Center (DSCC), Columbus, Ohio on August 17, 2015 at 1:30 PM eastern time. Please email Ricardo Blanco at ricardo.blancosoto@dla.mil with a list of attendees' names. Email should be submitted no later than 48 hrs prior to the site visit. (b) Prospective offerors are notified that remarks or explanations provided during a site visit shall not qualify the terms of this solicitation. Unless and until this solicitation is amended in writing, terms of the solicitation and specifications remain unchanged.(c) Site visitors requiring interpretation or clarification of technical or contractual requirements included in this solicitation are encouraged to submit their questions and any information obtained during the site visit to the Contracting Officer, by contacting the individual identified on the face of the solicitation. QUESTIONS & ANSWERS All questions shall be asked via email. Questions must be asked no later than August 19, 2015 no later than 12:00 p.m. eastern time. COMPLETE PROPOSAL INSTRUCTIONS All contractors shall provide SF 1442 (including Section B/vendor fill-in provisions), written qualifications, work experience, and references for projects satisfactorily completed within the last two (2) years, demonstrating the contract is qualified and experienced to perform the specific work. The written qualifications statement shall be certified and signed by the principle of the contract firm. The following provisions are applicable to this solicitation: Warranty of Construction (FAR 52.246-21). Preconstruction Conference (FAR 52.236-26). Contract Drawings, Maps, and Specifications (DFARS 252.236-7001). Site Visit (52.236-27). Liquidated Damages- Construction (52.211-12). Site Investigation and Conditions Affecting the Work (FAR 52.236-3). Cleaning-Up (FAR 52.236-12). Protection of Existing Vegetation, Structure, Utilities, and Improvement (FAR 52.236-9). Limitation of Government Liability (FAR 52.216-24). Contract Definitization (FAR 52.216-25). Contractor Personnel Security Requirements (FAR 52.204-9000).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-15-R-0034/listing.html)
- Place of Performance
- Address: SC0700, DLA LAND AND MARITIME, INSTALLATION SUPPORT, BUILDING 308, PO BOX 3990, OH 43218-3990, US, COLUMBUS, Ohio, 43218, United States
- Zip Code: 43218
- Zip Code: 43218
- Record
- SN03805986-W 20150724/150722235350-15e916bd0c8d101c68fd912bf3012d1b (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 |