SOLICITATION NOTICE
Y -- Construction Services
- Notice Date
- 7/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
- ZIP Code
- 20227
- Solicitation Number
- TFMSHQ05Q02345
- Response Due
- 7/22/2005
- Archive Date
- 8/6/2005
- Small Business Set-Aside
- 8a Competitive
- Description
- This notice is a combined synopsis/solicitation for commercial items 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 that will be issued and proposals are being requested. The solicitation number TFMSHQ05Q02345 and is issued as a request for quotation (RFQ). This solicitation, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 97-17. The government intends to establish (3) separate firm fixed price Blanket Purchase Agreements with (3) 8a Small Business Companies for all services and supplies. The North American Industry Classification System, (NAICS) codes: 561210, 238220, 238210,238310, 238330, 237110-130, and 233320, proposals will be evaluated based on technical acceptability offering the best value to the government, delivery FOB destination. Interested offerors should submit a price for items identified below. Description of Services: The U.S. Department of Treasury, Financial Management Services has a requirement for Construction Services for all labor and materials to complete the installation of services as described below: All plumbing will meet or exceed code if applicable. The contractor shall provide a pay for all labor, materials and equipment. The contractor shall pay required sales, gross receipts, and other taxes. Work that is scheduled should be done with skilled labor experienced with assigned tasks. The contractor shall have a on the job at all times ample equipment and personnel to carry on the work properly, including such tools as may be necessary to meet emergency requirements. Contractor shall be responsible for removal and disposal of old materials not utilized, including trash and debris created by the installation. The contractor is responsible for all parts of work. If the various items of work are grouped under separate Divisions in the specifications for convenience or reference only and the contractor may allocate this work to subcontractors and suppliers at his discretion. It shall be his responsibility, however, to settle definitely the portion of the work which each shall do. FMS assumes no responsibility whatsoever for any jurisdictional claim by any trade involved. The contractor shall insure complete cooperation by all parties that he may bring together to accomplish the work described. A) Floors 2 & 3: (1) Build two non-demising walls per floor to make a new kitchenette enclosure. (2) Walls to be finished sanded and painted to match existing. (3) Furnish and install two metal doors with hardware, one per floor. (4) Furnish and install one three-foot counter top with one single-bowl sink. (5) Furnish and install new faucet hardware. (6) Furnish and install one garbage disposal and wire to nearest available source. (7) Furnish and install one inst-hot water dispenser and wire to nearest available source. (8) Provide dedicated light switch for the existing light fixtures in the new area. (9) Run new drain piping and connect to wet stack. (10) Run new vent lines. (11) Repair any drywall that is removed for installation piping. B) Floors 4 & 5: (1) Furnish and install one three-foot counter top with one single-bowl sink in existing designated storage space. (2) Furnish and install new faucet hardware. (3) Furnish and install one garbage disposal and wire to nearest available source. (4) Furnish and install one insta-hot water dispenser and wire to nearest available source. (5) Run new drain piping and connect to wet stack. (6) Run new vent lines. (7) Repair any drywall that is removed for installation of piping. (8) Walls to be finished sanded and painted to match existing. Proposal will be evaluated based on technical acceptability offering the best value to the government, Delivery FOB Destination. Interested offerors should submit a price for items identified above. FAR 52.212-1 Instructions to Offerors-Commercial applies to this acquisition. The provision at FAR 52.212-2 Evaluation-Commercial items is hereby incorporated by reference. The following factors will be used to evaluate offers: technical capability consisting of company licenses and insurance, price and past performance of three client references. FAR 52.212-3 Offeror Representations and Certification-Commercial Items (Mar 202). FAR 212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition. The clauses may be viewed at http://www.arnet.gov/far. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of executive Order-Commercial Items apply to this solicitation. Interested offerors are required to contact the point of contact (POC) for full text clauses. Offers are to be received by no later than 10:00a.m. EST. July 22, 2005 at Financial Management Service, 401 14th Street, SW, Room 458A, Washington, DC 20227. Fax quotations are acceptable. FAX No. (202) 874_7275. The POC for this acquisition is Evelyn J. Daval (202) 874-6979 Point of Contact: Evelyn J. Daval, Contracting Officer, Phone (202) 874-6979, Fax (202) 874-7275, Email evelyn.daval@fms.treas.gov.
- Place of Performance
- Address: Department of Treasury, Financial Management Services, 401 14th Street, SW, Room 458A, Liberty Center Building, Washington,DC 20227
- Zip Code: 20227
- Zip Code: 20227
- Record
- SN00843237-W 20050709/050707212511 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |