Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 28, 2022 SAM #7545
SOLICITATION NOTICE

S -- Refinish Wright Brothers National Memorial Visitor

Notice Date
7/26/2022 9:17:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
SER NORTH MABO (53000) GATLINBURG TN 37738 USA
 
ZIP Code
37738
 
Solicitation Number
140P5322Q0046
 
Response Due
8/26/2022 2:00:00 PM
 
Archive Date
09/10/2022
 
Point of Contact
Leady, William, Phone: 470.367.9167
 
E-Mail Address
William_Leady@nps.gov
(William_Leady@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Background: The Historical Wright Brothers Visitor Center (VC) was constructed in 1960. The VC is open daily from 9:00am � 5:00pm with visitation reaching 450,000 a year. The VC recently underwent a rehabilitation which installed new flooring meeting historical materials. The current Distinct Designs Rubber Tile and Terrazzo floors were installed in 2018. Recommended treatment and maintenance includes specific materials and methods for the Rubber Tiles in the Visitor Center Lobby, Flight Room, and Bookstore, as well as the Terrazo floors in the restrooms on a semi-annual basis. The National Park Service (NPS) staff perform only the daily sweeping and mopping and do not have the materials and equipment needed for the semi-annual maintenance requirements. With the high volume of foot traffic over the past 3 years, the floor has accumulated scuff marks and become highly soiled thus requiring a new floor finish. The total square footage is 7,135 sq ft it is broken up in the following way: Men�s Restroom 230 sqft, Woman�s Restroom 230 sqft, Bookstore 950 sqft, Lobby 2,750 sqft and Flight Room 2,975 sqft. Benches, area rugs/floor mats, crowd ropes/stanchions are placed in several rooms. Required Services: The contractor shall provide all labor, tools, equipment, materials, and supervision required to successfully complete this contract. Semi-annual cleaning and treatment shall be conducted at the following timeframes: 1) October 2) March At each service, the floor shall be stripped and cleaned according to the manufacturer�s recommendations. A new finish coat shall be applied to the newly cleaned floors. Work must be performed nightly after business hours. Work shall be performed in each room so that adequate time is provided to allow for proper drying of the new floor finishes. This service contract shall be accomplished over several nights dividing the square footage into sections so that each section is completed (including drying) by 8:00am. The hours of operation for this work shall be 5:00pm to 8:00am. In the event the floors are inadequately completed by 8:00 am and require correction, repairs, or re-work by the Contractor, the contractor shall respond to the Contracting Officer (CO) within 24 hours regarding action to be taken to repair issues or concerns related to the floors. 3. Manufacturers Recommended Cleaners, Finishes, Finish Removers: Manufacturers Recommended or equal Cleaners, Finishes and Finish Removers must be used on Rubber Tile and Terrazzo Floors. These are the desired products to obtain the desired results. All brand names are provided as reference but may be substituted by other brands of equal substance. Rubber Tile Floor: Excelsior NC-900 Neutral Cleaner Excelsior PF-960 Acrylic Gloss Floor Finish Excelsior PR-930 Performance Remover Terrazzo Floor: Key #570 Polysiloxane Sealer Trisodium Phosphate (TSP) cleaner 120 Grit Sandpaper Isopropyl Alcohol 4. Contractor Responsibilities: Flexco Distinct Designs Rubber Tile and Terrazzo floors: 1. The contractor shall remove approximately 12 benches, 2 rugs and one barricade with five polls from the Flight room to another location before beginning work. The contractor will ensure that all items are back in place every day by 9:00am. 2. The contractor shall remove approximately 7 Stands from the Book Store and 2 trash cans from the restrooms to another location before beginning work. The contractor will ensure that all items are back in place every day by 9:00am. The Bookstore will be the test area it will be done in conjunction with the restrooms on the first night the project starts. The test area after completion will be approved the next day by the COR and District Supervisor before allowing the Contractor to move to another section of the floor inside the Visitor Center (VC). 3. The restrooms will be completed during a two/three-night process. The first night will be the cleaning and applying one coat of sealer on the Terrazzo floor then moving onto the Bookstore/Test area. The second night will be applying the second coat on the Terrazzo floor and then moving onto another section in the VC. If a third coat is required, it will be accomplished on the third night in the same manor that the second night was. 4. The contractor shall remove approximately 1 bench, 2 rugs, 1 exhibit, 1 Wright Brothers cardboard cutout and Sore like a bird display from the Lobby to another location before beginning work. The contractor will ensure that all items are back in place every day by 9:00am. 5. Contractor shall follow all manufacturer recommendations for rubber tile and Terrazzo floors. Finish Removal: 1. Sweep or dust mop and vacuum flooring to remove any dirt, dust, or debris. 2. For a normal stripping, mix 32 ounces of Excelsior PR-930 per gallon of clean, potable water. For a heavy removal use 64 ounces per gallon of clean potable water. 3. Using a new or thoroughly cleaned mop, apply the finish remover to the flooring material and allow to remain on the surface for 10 -20 minutes, Do not allow remover to dry on the floor. 4. If using a low-speed floor buffer, single disc scrubber (175-350 rpm), Scrub the floor while wet using a 22-gauge soft bristled scrubbing brush or a 3M 5100 Red Cleaning Pad. 5. Use an auto-scrubber, wet vacuum, or clean mop to remove all excess cleaning solution. Rinse area with clean, cool water and allow floor to dry entirely. 6. Reapply Excelsior MF-940 (or equal), GF-950 or PF-960 per the installation instructions in 1-2 coats. Allow each coat to dry completely before applying additional coats. Initial Maintenance: 1. DO NOT use Kerosene, Gasoline, Naphtha and/or other solvents to clean rubber. 2. DO NOT use vacuums that have a beater bar or electric brooms with hard plastic bottoms or no padding, as this may cause discoloration, scratching and loss of sheen. 3. DO NOT use highly alkaline or acidic cleaners. 4. DO NOT use detergents, abrasive cleaners or �mop and shine� type products (such as Bleach, Pine-Sol, Clorox Soft-Scrub, Fabuloso, Mop & Glo, Mr. Clean, Murphy�s Oil Soap and similar unapproved cleaners), as these will damage, soften or discolor the flooring materials. 5. DO NOT use sweeping compounds or cleaning agents containing oils or solvents. 6. Sweep or dust mop and vacuum flooring to remove any dirt, dust, or debris. DO NOT use vacuums that have a beater bar or electric brooms with hard plastic bottoms or no padding, as this may cause discoloration, scratching and loss of sheen. 7. Mix 2-4 ounces of Excelsior NC-900 Neutral Cleaner per gallon of clean potable water. Use a clean mop to apply cleaning solution to the area and let stand for 5-10 minutes. If flooring is highly soiled allow cleaner to remain on the surface for an additional 5-10 minutes before scrubbing and removing. 8. Reclaim all cleaners and strippers and dispose of offsite (DO NOT pour down the drain). 9. If using a low-speed floor buffer, single disc scrubber (175-350 rpm) or an auto-scrubber, buff floor while wet using a 22-gauge soft bristled scrubbing brush or a 3M 5100 Red Cleaning Pad (or equal). 10. Use an auto-scrubber, wet vacuum, or a clean mop to remove all excess cleaning solution. Rinse area with clean cool water and allow floor to dry entirely. Ensure flooring area is clean and that all cleaning residue has been removed (this may require additional rinsing). Finish Application: 1. Ensure that initial maintenance has been conducted prior to applying floor finish. Flooring must be free of dust, dirt, debris, cleaning residues, mold release agents and any potential contaminates. 2. Apply Excelsior PF-960 (or equal) per the installation instructions in 3-4 coats. Allow each coat to dry completely before applying additional coats. Terrazzo Floor: 1. Sweep all dirt and debris from the surface. 2. Cover drains so that the cleaning solution can be reclaim and disposed of offsite. 3. Clean floors with a swing scrubber and a mild biodegradable detergent such as Trisodium Phosphate (TSP) powder form with HOT water, mixed per manufacturer�s instructions. Areas that you cannot use the scrubber on you must hand scrub. 4. Vacuum and/or mop-up all cleaning materials from the surface. 5. Mechanically abrade (sand or screen) the surface with 120 grit sandpaper to remove all surface discoloration (in areas that need it) and impart a uniform surface profile to accept a seal coat (first time during base year). 6. Vacuum all dust and debris from the surface. 7. Solvent wipe with a rag the surface with Isopropyl Alcohol to remove all remaining dust from the substrate. 8. Wipe floor with a solution of 2 parts water to 1 part beach allow the solution to sit for awhile before removing with clean rags. 9. Allow floor to dry before applying sealer coat. 10. Sealer Coat: (only one coat needed) a. Thoroughly mix each component prior to combining. Mix three (3) parts by volume of Part A (Resin) with one (1) part by volume of Part B (Hardener) for three minutes very thoroughly with a low-speed electric drill and jiffy mixer. b. Key #570 can be poured in ribbons, spread with a squeegee, and back rolled or applied using dip & roll method. Use a 3/16�-3/8� nap phenolic core roller at a spread rate of 200-500 ft2 per gallon to achieve 2.75-7 mils dry film thickness. Application at coverage rate of >250 ft2 per gallon (<6 10 mils) yields a variable orange peel texture. Do not exceed 10 mils or improper cure development may result. 11. Do not apply if surface temperature is below 50�F. 12. Care should be taken to minimize the entrapment of air caused by over rolling. Management: The contractor shall manage the total work effort in accordance with effective and efficient management principles and safe working practices to ensure on-time completion of this contract. The contractor shall ensure work is scheduled so that work is started and accomplished in the evening hours and completed to allow for drying prior to 8 am each morning. Safety & Environmental Compliance: 1. Contractor shall comply with pertinent provisions of the Occupational Safety and Health Act (OSHA), and state, local, safety, laws. 2. Contractor shall comply with pertinent Environmental Protection Agency laws and regulations. 3. The Park safety officer has the authority to issue restraint or cease-and-desist orders to the contractor when violations or unsafe acts are present and threaten Government and contractor employees or damage to Government property. 4. The contractor shall immediately report to the Contracting Officer, COR, and Park safety officer all accidents resulting in employee injury or death or damage to property while performing this contract. Insurance: 1. The contractor shall furnish proof of workers compensation insurance to the Contracting Officer for those employees performing work related to this contract and shall comply with the Workman�s Compensation Laws of the State of North Carolina. 2. The Contractor shall maintain a level of insurance that will protect the contractor and the Government from any claims because of bodily injury (including death) and property damage which may arise from and during the performance of this contract and shall submit proof of insurance to the Contracting Officer. Solicitation 140P5322Q0046 is issued as a request for quotation (RFQ). It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 561720 Janitorial and small business size standard of $19.5M average annual receipts. Cape Hatteras National Seashore has a requirement to refinish Wright Brothers National Memorial Visitor Center floors. The contractor, on a firm fixed-price basis, shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform floor refinishing at the location described in the solicitation. The period of performance shall consist of a base and 4 option years. The anticipated period of performance is 12 months from the date of award. Please review this solicitation in its entirety including solicitation attachments provided herein and submit an offer for the requested Refinishing Wright Brothers National Memorial Visitor Center Floors as outlined within this request for quotes (RFQ). Offerors shall submit their firm fixed-price quote using the pricing schedule identified within this RFQ. The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: William Leady, William_leady@nps.gov not later than August 26, 2022 at 17:00 EDT. Offerors shall submit a clear and complete quote, and include only information that is relevant to this notice. Offerors shall submit their firm fixed-price quote using a lump sum price quote using the attached Price Schedule. Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: 140P5322Q0046 Refinish Wright Brothers National Memorial Visitor Center Floors (b)(4) Complete and submit Complete ""Experience "" form that is attached to the solicitation. Provide a list of at least three (3) references that includes a point of contact name, phone number, and brief description of the work completed for each reference. Each reference shall demonstrate similar work in type and complexity in comparison to the work outlined, to include their company's experience in maintaining rubber tile and terrazzo floors, in the solicitation within the last five (5) years. (b)(11) Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government's intent to incorporate the Offeror's proposal in the resulting award. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offeror shall complete the Past Performance form attached to the solicitation. Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. (c) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 days following submission. (g) Contract award. The Government intends to evaluate offers and award a firm fixed-price contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov/SAM/ for further information. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical approach and capability to meet the requirement, (ii) price. All evaluation factors are considered equal in importance. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall use lump sum pricing for their firm fixed-price proposal. Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAR 2020) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/. For your convenience all referenced representations and certifications are attached to this RFQ. NOTE: Offeror is required to complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in SAM. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2020), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6, Notice of Total Small Business Aside (MAR 2020) 52.219-14, Limitations on Subcontracting (MAR 2020) (g) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1) and (2) of this clause� By the end of the base term of the contract and then by the end of each subsequent option period. 52.219-28, Post Award Small Business Program Re-representation (MAY 2020) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (EO 13658). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (EO 13706). The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.217-5, Evaluation of Options ( July 1990) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-18, Availability of Funds (Apr 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34, FOB Destination (Nov 1991)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c197f0c651b484ab467c97da748cb87/view)
 
Record
SN06401929-F 20220728/220726230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.