Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOLICITATION NOTICE

Z -- Conservation Port Doors Fort Pulaski NM

Notice Date
12/3/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NPS, SER - South MABO<br />40001 SR 9336<br />Homestead<br />FL<br />33034<br />US<br />
 
ZIP Code
33034
 
Solicitation Number
140P5419Q0002
 
Response Due
1/3/2019
 
Archive Date
1/18/2019
 
Point of Contact
Wood, Lara
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: 140P5419Q0002 Posted Date: December 3, 2018 Original Response Date: January 3, 2019 Current Response Date: January 3, 2019 Product or Service Code: Z2QA: Repair or Alteration of Restoration of Real Property (public or private) Set Aside: Total Small Business NAICS Code: 238990: All Other Specialty Trade Contractors Contracting Office Address: NPS, Southeast Region, Hurricane Recovery 199 Hemphill Knob Road Asheville, NC 28803 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, ¿Streamlined Procedures for Evaluation and Solicitation for Commercial Items, ¿ as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, Effective 22 August 2018 The associated North American Industrial Classification System (NAICS) code for this procurement is 238990, with a small business size standard of $15M. This Acquisition will result in a firm fixed price contract. Place of Performance: Fort Pulaski National Monument, Savannah, Georgia, Chatham County The Southeast Hurricane Recovery Office is seeking to procure the services of stabilization, conservation and restoration of the Fort Pulaski National Monument Original Sally Port doors. All interested companies shall provide a quote for the following: Scope of Services: In accordance with the terms and conditions of the Contract, the Conservator shall perform the work of this Statement of Work for the NPS (National Park Service) as described herein. The services shall include the stabilization, emergency conservation treatment, and restoration for Fort Pulaski National Monument Original Sally Port Doors. In addition to being located in a harsh marine environment, the outer doors were exposed to brackish water flooding by two hurricanes in 2016 and 2017. Strong winds have also taken their toll on the doors, particularly the latches and their surrounding areas. Necessary work includes stabilization, rinsing, restoration of missing and damaged elements, cleaning of metals and the application of patinas, inhibitors, and restorative and/or protective coatings such as wax. Performance Period: The work performed under this Scope of Work shall be from approximately December 2018 to September 30, 2019. The contractor must be able to start work within 10 business days after the award document is distributed and receiving the Notice to Proceed from Contracting Officer. Work Schedule: Upon receipt of the Notice to Proceed by the Contracting Officer, the Conservator shall proceed with the furnishing of the submittals for NPS approval. Work Schedule and milestones are to be established in writing with the Contracting Officer after receiving Notice to Proceed and will consider the least impact to visitors. Hours of Operation: The contractor is responsible for conducting business at the site between the hours of 7:00 am to 4:30 pm local time, Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Work outside of these hours or days will not routinely be approved, and must be requested with the Contracting Officer, in writing, no less than 3 working days PRIOR to days/time requested. The contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. Project Identification: ¿ Project/Package Number: FOPU-244833 The location of the project for which these services are contracted is at the historic Fort Pulaski within the National Park Service unit Fort Pulaski National Monument. Safety & Access - Special Considerations: The conservation work covered in this contract is to be performed on doors of the only entrance/exit to the fort. These doors are also used to secure the fort after hours. Accommodations for access and the continued use of the entrance and doors by both staff and visitors is required. Accommodations must also be made to ensure the safe passage of visitors and staff through the area while work is ongoing during operating hours. The work site is directly adjacent to the moat. 1) Appropriate safety precautions should be taken for any personnel working closely to a body of water. 2) A safety plan and spill prevention plan will be required prior to the start of work. If mitigation of runoff or chemical release is required, it will meet the appropriate environmental standards. Costs, both direct and indirect, incurred from mitigation of runoff or chemicals released in relation to the aforementioned work will be the responsibility of the contractor. Certain phases of work, such as desalination and application of finishes, will be weather dependent. No work involving water is to occur if the temperature, including wind-chill, is less than 40 degrees F. Contractor should plan accordingly to complete work during the allotted performance period. The contractor must provide all necessary equipment, supplies, and personnel to complete this work. The park is not responsible for furnishing anything. Park housing is not available for this project. Housing, if required and transportation to and from the site will be the responsibility of the contractor. Park will provide access to and from the site. I. PROJECT BACKGROUND Fort Pulaski National Monument (FOPU) was established by Presidential Proclamation No. 1713 (43 Stat. 1968) on October 15, 1924, and was later transferred to the Department of the Interior as part of the national park system in 1933. The national monument, which sits between Savannah and Tybee Island on the Georgia coast, encompasses 5,623 acres on Cockspur and McQueens Islands. Within this setting, the monument contains a broad range of significant resources that reflect both the natural and cultural history of Georgia on the Atlantic coast. FOPU preserves and interprets the 19th century masonry fort and associated landscape that illustrate the evolution of civil engineering and military technology, a continuum of historic resources from colonial times to the present day, and approximately 5,000 acres of nearly pristine salt marsh on McQueens and Cockspur Islands in Savannah, Georgia. Both the inner and outer pairs of sally port doors are original to the construction of Fort Pulaski, completed in 1847. These doors historically provided the only ingress and egress to the fort and serve the same purpose today. Paint remnants on the doors appear to date to the period of historic usage. Outer Doors Each of the outer doors measures approximately 6 2 " wide by 1 2 0"high. They are comprised of two layers of planks each 2 " thick. The outer layer consists of 12 vertical members while the inner layer has23 horizontal members. Each plank is grooved and splined along the edges. The wood members are quarter sawn for strength and stability. Wood samples from the doors were identified by the Forest Products Lab as being southern yellow pine, (pinus). Although the particular species of pine could not be identified, visual inspection suggests it is a long leaf pine which is characterized as heavy, strong, stiff, hard and moderately high in shock resistance. The plank layers are joined together by means of ferrous rivets. The exterior rivet heads are hemispherical with the exception of those along the top row and column closest to the hinge. These heads are flattened to enable the door to close tightly against the overlapping stone jamb. Each door is hung on two large ferrous strap hinges that extend the full width. The hinges are affixed to the doors with bolts that have roundheads on the exterior and square nuts on the interior. The irregular appearance of the projecting threads suggest they were made by hand. The ferrous pintles are set into the stone jambs. The lower pintle has an integral pin while the upper pintle has a loose pin secured by means of a wedged shaped key. The lower hinge has a small oil hole above the pintle. The doors are secured by means of a pivoting ferrous bar affixed to the right hand door. In the closed position the bar rests on two ferrous U brackets riveted to the left hand door. A wicket, a small door for individual access, is cut into the left hand door. It swings on two strap hinges and is secured by a large sliding bolt. The wicket is constructed in the same manner as the larger doors and may have actually been cut out of the large door after its fabrication. Inner Doors The inner doors or gates have diagonal latticework and arched tops. The right hand door is latticed top and bottom, while the left hand door is latticed above and planked below the mid-rail. A wicket is set into the planked portion of the left hand door. The doors are approximately 4 " thick, 144" tall and 5 4 " wide. The lattice-work is comprised of four layers varying from 1-1/8" to7 / 8 " thick. The layers are affixed to one another with flush rivets, screws and cut nails and set into grooves on the inner edges of the rails and stiles. The doors are hung on hinges similar to those found on the outer doors and are affixed with round head bolts and square nuts. They are secured with a bar that pivots on the right hand door and rests in two U shaped brackets on the left hand door II. STANDARDS All conservation work produced under this Statement of Work shall be performed under the direct supervision of a professional conservator. All conservation work performed shall be derived with the expectation of compliance with: ¿ NPS law and policy, specifically the standards contained in The Secretary of Interior Standards for Treatment of Historic Places https://www.nps.gov/tps/standards.htm, Preservation Briefs https://www.nps.gov/tps/how-to-preserve/briefs.htm, and American Institute for Conservation of Historic and Artistic Works (AIC) ¿Code of Ethics ¿ and ¿Guidelines for Practice ¿ http://www.conservation-us.org/ ¿ Occupational Safety and Health Administration (OSHA) laws, standards, and regulations. ¿ Consider treatments prescribed in the Historic Fort Doors_2002 Assessment (see attachment A) ¿ Local codes only if required. III. GENERAL DESCRIPTION OF WORK The work shall include the following components: ¿ Re-establish the functionality and use of the hinges ¿ Stabilize condition of hinges ¿ Stabilize structural issues within the doors ¿ Monitoring of chloride levels to determine optimum levels of chloride ppm content to proceed to rinsing and final treatment. ¿ Evaluate and monitor the moisture content of the wood and restore it to optimum levels prior to final treatment ¿ Remove rust scaling from metal components and stabilize metal surfaces ¿ Perform in-situ treatment of metal hardware ¿ Replicate and install rivets and other metal features essential for stability and continued security use ¿ Stabilize loose components to prevent further damage to the doors ¿ Stabilize, repair or restore damaged wood and wood failures ¿ Note: Areas of historic battle damage and significant historic repairs are to be stabilized, repaired and restored to a sound state while preserving their specific historic context ¿ Stabilize existing paint ¿ Clean doors and mitigate staining ¿ Apply protectants and protective finishes as needed ¿ Submit progress reports to include detailed photo log to contracting officer and/or designated representative every two weeks showing the status of treatment for each object treated, laying out milestones achieved and/or difficulties encountered, and discussing needs that the project might have (equipment, supplies, manpower, etc.) ¿ Provide recommendation(s) for barrier at the bottom of the door to prevent pest entry ¿ Develop and provide the following resource management documents: o a preventative maintenance and monitoring plan that includes a schedule, task sheets, and Standard Operating Procedures for preventative and routine maintenance and emergency closures o a Standard Operating Procedure for hurricane recovery to minimize damage from acute saltwater exposure and high winds IV. SUBMISSIONS A. Submittals DESCRIPTION APPROVED/DISAPPROVED WITH NOTATATIONS OFFICAL APPROVING/DATE Proposed Stabilization Methods Proposed Chemicals for Cleaning Proposed Finishes Proposed Protectants B. Report Submittals Produce and submit to NPS the final resource management documents on thumb drives in the current versions of, MS-Word format and MS-Excel for spreadsheets, or other format as directed by the Contracting Officer. In addition, to comply with DOI (Department of the Interior) e- commerce requirements, create PDF (Adobe Acrobat portable document format) files for all documents. All PDF files are to be generated directly from the electronic files--scanning printouts is unacceptable. All files shall be unprotected (no required passwords). Submission of the final documents shall include: Two electronic copies on thumb drives of all graphic and text files. One each to NPS Project Contracting Officers Designated Representative and one to Park Facility Manager V. PROJECT PERSONNEL A. Government Representatives Unless otherwise designated, the Government representatives will be as follows: 1. Contracting Officer Lara Wood Southeast Region, Hurricane Recovery Team C: 828-243-3466 Email: Lara_Wood@nps.gov 2. Contracting Officer ¿s Representative Emily Harte Chief of Facilities & Resource Management Fort Pulaski National Monument P.O. Box 30757 Highway 80 East Savannah, GA 31410 O: 912-786-8182 Ext.1110 C: 912-313-2374 Email: emily_harte@nps.gov 3. FOPU Exhibits Specialist Katherine D. Purcell Fort Pulaski National Monument P.O. Box 30757 Highway 80 East Savannah, GA 31410 O: 912-786-8182 Ext.1108 Email: katherine_d_purcell@nps.gov The contractor will transact contract matters solely with the Contracting Officer or a designated representative. B. Contractors Representatives The contractor will provide a written list of key personnel to the Contracting Officer. Substitutions to the list must be approved by the Contracting Officer in writing. VI. PHOTOS Fort Aerial Exterior Doors, Front & Back Interior Doors, Front Back view not available because the doors are frozen in place The performance period is anticipated to be 270 days from date of Notice to Proceed is issued Place of Performance: Address: Fort Pulaski National Monument, U.S. Highway 80 Postal Code: Savannah, GA 31410 Country: UNITED STATES Site Visit: A site visit is scheduled for December 12, 2018 at 11:00 am EDT at Fort Pulaski National Monument, US Highway 80, Savannah, GA 31410. The purpose of this site visit is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. To ensure proper logistics and accommodations for all attendees, you must contact Emily Harte at (912)786-8182 by phone in her office, on her cell phone at (912) 313-2374 or email her at Emily_Harte@nps.gov to RSVP no later than 9:00 am EDT on December 11, 2018. The government will not escort potential offerors to the site without reservation confirmation. Questions: Must be submitted in writing to Lara_Wood@nps.gov NO LATER THAN 10:00 am EDT on December 19, 2018. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government ¿s official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site visit is highly recommended and is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted. SCA Wage Determination #WD 15-4491 (Rev.9) dated 07/16/2018 for Chatham County is applicable. It can be found at http://www.wdol.gov/ 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1) FAR 52.212-1, ¿Instructions to Offerors ¿Commercial Items ¿(Oct 2018) 2) FAR 52.212-2, ¿Evaluation ¿ Commercial Items ¿ (Oct 2014) 3) FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items ¿ (Oct 2018) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items. ¿ If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, ¿Contract Terms and Conditions ¿Commercial Items ¿ (Oct 2018) -FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ (Oct 2018) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Oct 2018)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 15 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 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: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the services provided and the completion date. 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) within 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 quotation. (End of Local Clause) All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote. All quotations shall be submitted via email to Lara_Wood@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time (by 4:00 pm EDT on January 3, 2019). This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00 pm EDT on January 3, 2018 via email to Lara_Wood@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). QUESTIONS: Email any questions to the Contracting Officer at Lara_Wood@nps.gov no later than 10 am EDT on 19 December 2018 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Point of Contact: Lara Wood, Contracting Officer, Lara_Wood@nps.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P5419Q0002/listing.html)
 
Record
SN05165341-F 20181205/181203230033 (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.