Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
SOLICITATION NOTICE

55 -- Install Flooring at Lassen Volcanic National Park

Notice Date
3/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P16PS40262
 
Archive Date
4/13/2016
 
Point of Contact
Elizabeth Chico, Phone: 5305956113, Elizabeth Chico, Phone: 5305956113
 
E-Mail Address
elizabeth_chico@nps.gov, elizabeth_chico@nps.gov
(elizabeth_chico@nps.gov, elizabeth_chico@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation No. P16PS40262 Install Flooring in 25 Cabins Lassen Volcanic National Park Shasta County, California This is a combined synopsis/solicitation for the installation of flooring in 22 cabins and three (3) optional cabins, a commercial service, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 05-87 of March 7, 2016. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P16PS40262 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 238330 and the size standard is $15 million or less. This acquisition is to install flooring for 22 cabins and three (3) optional cabins for the National Park Service (NPS), Lassen Volcanic National Park (LAVO). Contractor shall install flooring at Lassen Volcanic National Park in the Manzanita Lake (ML) area of the park, 39489 Hwy 44, Shingletown, CA 96088. Period of Performance shall be May 2, 2016 to May 13, 2016. Work shall commence between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday, excluding holidays. Coordinate work times with the Contracting Officers Representative (COR) after award and prior to beginning work. SPECIFICATIONS: Lassen Volcanic National Park has 22 seasonal cabins and a bid option of three (3) family units that are in need of new flooring. The cabins are located on the north end of the park known as Manzanita Lake. The existing vinyl flooring in the cabins is curling, has holes, dents, and damage from rodents. The ML seasonal housing cabins are closed, winterized and inaccessible during the winter. There are 14 cabins, with 11 of them being duplexes, which adds up to 25 separate stagings for the contractor. Park personnel will be removing all furniture, appliances and baseboard before the contractor begins work. This will enable park personnel to inspect for and repair any holes and damage done to walls behind baseboards by rodents. Contractor shall then inspect and prepare flooring for installation of new vinyl flooring. When contractor is done with installation of flooring and it is inspected by COR or assigned Inspector, then park personnel will put back all furniture, appliances and baseboard. Cabin specifications are five (5) duplexes which make ten (10) units at approximately 325 square feet each, and six (6) duplexes which make 12 units at approximately 425 square feet each. Three (3) option family units are approximately 850 square feet each. The government expects to receive at 22 quarters units and three (3) optional units with new linoleum floor covering with all associated warranties and documentation of work ASTM F 1303 Type 1, Grade 1, Class B backing. Thickness - 0.080 in, wear layer thickness - 0.020. Finish - UV-cured Polyurethane. Installation - Full Spread Adhesive, S-288 Premium, S-289 Releasable. Seaming - S-761 Seam adhesive. Maintenance - No polish, spray buff. LEED eligibility - EQ credit 4.3, Low-emitting material. Armstrong's Abode Silica-Fossil-80800 or equivalent. Contractor shall submit a sample of the flooring to the COR prior to ordering and obtain COR approval before placing the order. C ontractor shall install flooring as per manufacturer's instructions. Contractor shall provide manufacturer's warranties and flooring care information for all flooring. Contractor shall install flooring within 3/16" of the wall. Deliver in manufacturer's original, unopened protective packaging with labels intact and legible showing brand name, colors, and patterns. Metal Edge Strips- Provide units of maximum available length, minimizing number of joints. Strips, extruded aluminum with mill finish. Adhesives- Waterproof, stabilized type, as recommended by flooring manufacturer. Underlayment- Not used. Adhere it to existing linoleum after sufficient preparation. Contractor to perform all preparation. All existing floor surfaces in these units are linoleum. The offeror will be responsible for performing all the preparation required to the existing floor surfaces prior to adhering new linoleum. Determine that surfaces to which flooring is to be applied are even, smooth, sound, thoroughly clean and dry, and free from defects that might affect proper installation. Report unsatisfactory surfaces to Contracting Officer, or correct defective surfaces. Place flooring with adhesive cement complying with manufacturer's recommendations. Butt tightly to vertical surfaces, thresholds, nosings, and edgings. Scribe flooring around obstructions to produce neat joints; lay with joints tight, even, and straight. Extend flooring into toe spaces, door reveals, closets, and similar openings. Tightly cement flooring to existing sheet flooring without open cracks, voids, raising and puckering at joints, or other surface imperfections. Before final inspection, clean floors and accessories. TECHNICAL REQUIREMENTS: The contractor shall furnish all personnel, equipment, tools, materials, supervision, and other services/supplies necessary to install new floor coverings in the 22 seasonal residences (eleven duplex apartments) and 3 option houses. Contractor will be responsible to install new sheet vinyl flooring in Manzanita Lake housing cabins (1 - 11, with an option of 3 family units). Contractor shall install the new vinyl on top of old flooring, ensure that all vinyl is correctly installed, securely attached and cleaned, and ready for inspection when contractor is done with each cabin. Contractor shall haul away any debris/trash they generate and recycle or dispose of it properly according to state requirements. The contractor shall install new linoleum flooring to meet state and local code requirements, manufacturer's recommendation, and good trade practices. Contractor shall determine the best way to get sheet vinyl into the small confined area of cabin and the mechanical steps to install the flooring in small areas. Contractor shall determine if it is better to lay out pieces before taking vinyl into cabin or cut vinyl inside of cabin. Contractor shall be responsible to prep old flooring before installation of vinyl flooring. Power outages occur with frequency in this area of the park. The offeror should have a generator available as a stand-by to complete any floor covering installation tasks requiring electricity. No telephone service is available on site for Contractor's use. Cell phone coverage is not dependable. Contractor shall be prepared to supply their own extra lighting. DELIVERABLES: Flooring shall be installed in all cabins within 11 days from start of project. Project dates are May 2, 2016 to May 13, 2016. NPS shall provide a staging area for contractor to store flooring. Staging area is not in an enclosed area, it is out in the open and susceptible to inclement weather. REQUIREMENTS: Park personnel will not be assisting contractor with the installation of the flooring. There is no guarantee of cell service in the Manzanita Lake housing area. Pay phones are located at the Loomis Plaza, and at the Manzanita Lake camper store. There will be a restroom and electricity provided by NPS for contractor to use for project. Contractor shall not be allowed to camp or sleep at job site. Delays in weather are normal for the location and will not be considered a differing site condition and no change order will be issued due to inclement weather. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. INTERESTED PARTIES SHALL SUBMIT A QUOTATION BASED ON A TOTAL FOR THE BASE BID AND A TOTAL FOR THE OPTION LINE ITEM. The Government reserves the right to adjust the total quantity ordered based on availability of funding at the time of award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, on the basis of the lowest evaluated price of quotes. THE OFFEROR MUST INCLUDE DESCRIPTIVE PRODUCT LITERATURE SHOWING THE OFFERED ITEM AND IT MUST CLEARLY SHOW HOW THE PRODUCT MEETS THE REQUIREMENTS LISTED ABOVE. The following FAR provisions and clauses apply: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside Orders; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-41, Service Contract Labor Standards 52.222-50, Combating Trafficking in Persons; 52.222-55, Minimum Wages Under Executive Order 13658 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act- Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management); 52.217-4, Evaluation of Options Exercised at Time of Contract Award; 52.217-8, Option to Extend Services; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order 52.242-17, Government Delay of Work. Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Feb 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Refer to Wage Determination 05-2055 (Rec.-19) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits 23140- Carpet Layer, $21.75, $4.27 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's business invoice (upload your business invoice as an attachment to the IPP invoice before you click "submit" in IPP). VENDOR'S FAILURE TO ATTACH THE REQUIRED DOCUMENTATION AS SPECIFIED ABOVE WILL RESULT IN THE IPP INVOICE BEING REJECTED. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. 1452.201-70, Authorities and Delegations (Sep 2011) ( a ) T h e C on t r a c t i ng O f f i c e r i s t he o n l y i nd i v i du a l a u t hor i z e d t o e n t e r i n t o or t e r m i n a t e t h i s c o n t r a c t, m od i fy a ny t e rm or c ond i t i o n of t h i s c on t r a ct, w a i v e a ny r e q u i r e m e n t of t h i s c on t r a c t, o r a c c e pt n o n c o nfo r m i n g w o r k. ( b ) T h e C on t r a c t i ng O ff ic e r w i l l d e s i gn a t e a Con t r a c ti ng O f f i c e r ' s R e p r e s e n t a t i ve ( C O R) a t t i m e of a w a rd. T he C O R w i l l b e r e s pon s i b l e for t e c h n i c a l m on i t o r i ng of t he c on t r ac t o r ' s p e r f or m a n c e a nd d e l i v e r i e s. T he C O R w il l be a ppo i n t e d i n w r i t i n g, a nd a c o py of t he a ppo i n t m e nt w i l l be fur n i s h e d t o t he Co n t r a c t or. Ch a ng e s t o t h i s d e l e g a t i on w il l b e m a d e b y w r i t t e n c h a n g e s t o t he e x i st i ng a ppo i n t m e nt or by i ss u a n c e o f a n e w a p po i n t m e n t. ( c ) T he C O R i s n ot a u t hor i z e d t o p e rf o r m, fo r m a l l y or i n for m a l l y, a ny of t h e f o l l o w i ng a c ti on s : (1) P ro m i s e, a w a rd, a gr e e t o a w a rd, or e x ec u t e a ny c on t r a c t, c o n t r a c t m od i f i c at i o n, or n o t i c e of i n t e nt t h a t c h a n g e s or m a y c h a nge t h i s c o n t r a c t ; (2) W a i ve or a gr e e t o m od i f i c a t i on of t he d e l i v e ry s c h e d u l e ; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) O b li g a t e i n a ny w a y, t he p a y m e nt of m o n e y b y t he G o v e r n m e n t. (d) T h e C on t r a ct or s h a l l c o m p l y w i t h t he w r i tt e n o r or a l d i r e c t i on o f t he Con t r a c t i ng O ff i c e r or a u t h o r i z e d r e pr e s e n t a t i v e ( s ) a c t i n g w i t h i n t he s c o pe a nd a u t h o r i t y of t he a p p o i n t m e n t m e m o r a n d u m. T he C o n t r a c t o r n ee d not p ro c ee d w i t h d i r e c t i on t h a t i t c o n s i d e rs t o h a ve b e e n i s s u e d w i t h out pr i o r a u t h or i t y. T he Con t r a c t o r s h a l l no t i f y t h e C on t r a c t i ng O f f i c e r i n w r i t i n g, w i t h a s mu c h d e t a i l a s po ss i b l e, w h e n t h e C O R h a s t a k e n a n a c t i on or h a s i ss u e d d i r e c t i on ( w r i t t e n or o r a l ) t h a t t he Con t r a c t or c o n s i d e rs t o e x c e e d t he C O R ' s a p po i n t m e n t, w i t h i n 3 d a ys of t he o c c urr e n c e. U n l e s s o t h e r w i s e pro v i d e d i n t h i s c on t r a c t, t he C o n t r a c t or a ss u m e s a l l c o s t s, r i s k s, l i a b i l i t i e s, a nd c on s e qu e n c e s of p e rf o r m i ng a ny w ork i t i s d i r e c t e d t o p e r f orm t h a t f a l l s w i t h i n a n y of t he c a t e go r i e s d e f i n e d i n p a r a g r a ph ( c ) pr i or t o r e c e i p t of t h e C o n t r a c t i ng O f f i ce r ' s r e s p o n s e i ss u e d un d e r p a r a g r a ph ( e ) of t h i s c l a u s e. ( e ) T h e C on t r a c t i ng O ff i c e r s h a l l r e s p o nd i n w r i t i ng w i t h i n 30 d a ys t o a ny no t i c e m a de un d e r p a r a g r a ph (d) of t h i s c l a u s e. A f a i l ure of t he p a r t i e s t o a gr e e upon t he n a t u re of a d i r e ct i o n, o r u p on t he c o n t r a c t ac t i on t o be t a k e n w i t h r e s p e c t t h e r e t o, s h a l l be s ub j e c t t o t he pro v i s i o ns of t he D i s pu te s c l a u s e of t h i s c o n t r a c t. ( f ) T he C on t r a c t o r s h a l l pro v i de c o p i e s of al l c orr e s pon d e n c e t o t he Co n t r a c t i n g O ff i c e r a nd t he C O R. (g) A ny a c t i o n ( s ) t a k e n by t he Con t r a c t o r, i n r e s po n s e t o a ny d i r ec t i on g i v e n b y a ny p e r s on a c t i ng on b e h a l f of t he G ov e rn m e nt o r a ny G ov e rn m e nt o f f i c i a l o t h e r t h a n t he Con t r a c t i ng O ff i ce r or t h e C O R a c t i ng w i t h i n h i s or h e r a pp o i n t m e n t, s h a l l b e a t t he Con t r a c t or ' s r i s k. Site Visit (a) An organized site visit has been scheduled for- WEDNESDAY, MARCH 23, 2016 AT 9:00am (b) Participants will meet at- MAINTENANCE BUILDING on the Manzanita Lake area of the park. Take Hwy 89 (Lassen Park Hwy) south off of Hwy 44 and make first right into Maintenance/Housing area. First building on left. For directions to the site visit please contact Merita Kimball at (530) 595-6235. INSTRUCTIONS TO OFFERORS: Quotations are due by TUESDAY, MARCH 29, 2016, 4:00 PM, Pacific Standard Time to the attention of: Elizabeth Chico, Contracting Officer. Quotations may be emailed, hand delivered or sent via mail to: elizabeth_chico@nps.gov or Elizabeth Chico, Contracting Officer, Lassen Volcanic National Park, 38050 Hwy 36E, Mineral, CA 96063 on or before the closing date and time. C onfirmation of receipt of quotes is the sole responsibility of the Contractor. Any quotation received after 4:00 pm Pacific Standard Time will be considered late and will not be further considered. THE POINT OF CONTACT FOR THIS QUOTATION IS: Elizabeth Chico, Contracting Officer, Lassen Volcanic National Park, (530) 595-6113 or elizabeth_chico@nps.gov. BID LINE ITEMS: Install flooring in 22 cabins ---------------------------------- $______________ Bid Option Line Item: Install flooring in 3 cabins---------- $______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS40262/listing.html)
 
Place of Performance
Address: Lassen Volcanic National Park, Shingletown, California, 96088, United States
Zip Code: 96088
 
Record
SN04051878-W 20160318/160316234528-f48b24120b93ea72210e02a0f4e0e51e (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.