Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21, 2001 PSA #2941
SOLICITATIONS

Z -- REMOVE RUST STAINS FROM BUILDINGS, NAVAL AIR STATION, PENSACOLA, FL

Notice Date
September 19, 2001
Contracting Office
NAVFAC Field Office, Officer in Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225
ZIP Code
32508-5225
Solicitation Number
N62467-01-R-3738
Response Due
September 27, 2001
Point of Contact
A;lice Oberhausen, Contract Specialist at (850) 452-4616, ext. 146; e-mail at oberhausenal@efdsouth.navfac.navy.,il
Description
Description/specifications: This is a solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. This solicitation number is N62467-01-R-3738 and is issued as a Request for Proposals (RFP). The solicitation document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This requirement is issued as a total small business set aside. NAICS 561790, Other Services to Buildings, with a size standard of $5,000,000 applies. This solicitation is for one (1) Contract Line Item Number (CLIN) for removal of accumulated rust from the exterior of buildings located at NAS Pensacola, Florida. Contractor shall submit one lump sum price. Invoice will be paid by DFAS at completion of work following submission of a proper invoice to: ROICC, Bldg 746, 520 Turner St, Attn: Alice Oberhausen, Pensacola, FL 32508. Description of work is as follows: Rust shall be removed from the brick and exterior insulated finish system (EIFS) of 9 buildings numbered 3460, 3900, 3912, 3921, 3922, 3923, 3924, and 3925 at NATTC, NAS Pensacola. The buildings are approximately 5 years old and have no historic restrictions. Removal of rust shall also include windows, window frames, doors, light poles and bases, sidewalks, walkways, curbs, courtyards, corridors, front entrance walls, building signs and decorations, storage buildings, outside piping, transformers, and other miscellaneous structures which have been stained by irrigation water. The contractor shall ensure that neither the chemicals nor the pressure used in the performance of the work damages the structures or the environment. The methods employed by the Contractor shall ensure rust is inhibited for a period of no less than six months. The approximate building perimeters are: Bldg 3460 3803 lf; Bldg 3900 1140lf; Bldg 3912 800lf; Bldg 3921 1352 lf; Bldg 3922 268 lf; Bldg 3923 241lf; Bldg 3924 150lf; Bldg 3925 -- 420 lf. The approximate total bldg perimeter, cleaning up to at least 5ft high is 65,000sf. The approximate total sidewalk and curb area is 150,000 sf. The contractor shall complete the cleaning within three months from of date of award. The Government retains the right to direct the order of cleaning for the buildings, with building 3460 to be cleaned first and completed before 1 November 2001. Work shall be performed within the standard eight (8) hour day, during normal business hours (0700-1700) Monday through Fridays, excluding Government holidays. Extended hours may be considered if requested. The Contractor shall comply with safety regulations contained in Army Corps of Engineers Safety Manual (EM385-1), OSHA regulations at 29 CFR 1910, EPA Hazardous Waste Regulations (40 CFR), DOT regulations at 49 CFR, State of Florida and local NAS regulations. Each employee performing on site work under this contract shall complete the Environmental Training Course provide by the Association of General Contractors (AGC). Complete information about the length of course and cost may be obtained from the Pensacola AGC at (850) 438-0551. The contractor shall produce evidence of the completion of this training within 30 days from initiating performance under the contract. The quotations shall be evaluated in accordance with FAR 13.106. The evaluation criteria are Price, Past Performance, and Technical capability to perform the above described work. The contractor shall provide the following information to the Contracting Officer with the quotation : (a) A description of the methods the contractor will employ to remove the rust which shall list the chemicals and maximum water pressure; (b) Environmental Plan which shall include the contractor's method of containing chemical runoff and any other pertinent processes; (c) Safety Plan; (d) Material Safety Data Sheets for all chemicals that will be used in the cleaning process; (e) Identification of three of its most recent contracts which are similar in nature to that of this solicitation and shall include the contract number, dollar value, period of performance and point of contact with telephone number. This contract shall be subject to the Service Contract Act. Dept of Labor Wage Determination 94-2121 (Rev 18) applies. The entire wage determination may be viewed and printed at website http://ceals.usace.army.mil for minimum wage rates pertaining to this contract. SITE VISIT: Offerors are encouraged to attend a site visit scheduled for 10:00 AM, CDT, 24 Sep 01, convening at ROICC, Bldg 746, 520 Turner Street, NAS Pensacola FL. Call (850)452-4616 ext 146 for directions. PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instruction to Offerors-Commercial Items; (2) FAR 52.212-4, Contract Terms and Conditions-Commercial Items; (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparts (b)(8)(12-16), and (c)(1)(2); (4) FAR 52.223-3 Hazardous Material Identification and Material Safety Data; (5) DFARS 252.223-7001 Hazard Warning Labels; (6) DFARS 252.204-7004 Central Contractor Registration. Offerors are advised that a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items shall be completed and included with the offer. These representations and certifications may be downloaded from website at http://FARSITE.HILL.AF.MIL or may be e-mailed or faxed to the offeror upon request to the Contracting Officer, Alice Oberhausen, phone (850)452-4616 ext 146. All other provisions and clauses referenced in this solicitation may also be found in full text at this website. Offers may be submitted electronically on company letterhead by e-mail to the following address: oberhausenal@efdsouth.navfac.navy.mil or by facsimile to (850)452-4505. If mailed, address the offer to: ROICC Pensacola, Bldg 746, 520 Turner St, Pensacola, FL 32508. Offers shall include a statement specifying agreement with all the terms, conditions and provisions included in this solicitation. Quotes are due by 1500 hr, CDT, 27 Sep 01.
Record
Loren Data Corp. 20010921/ZSOL006.HTM (W-262 SN50Y149)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on September 20, 2001 by Loren Data Corp. -- info@ld.com