Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2007 FBO #2114
SOLICITATION NOTICE

Z -- Interior and Exterior Painting

Notice Date
9/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, GA, 30341, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRSE-07-Q-00026
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRSE-07-Q-00026, and is issued as a Request for Quotation (RFQ). The IRS will be entering into a Commercial Item (CI) procurement using Simplified Acquisition Procedures (SAP) for interior and exterior painting for the location specified in the information below The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-19. This acquisition is set-aside for small business. The NAICS code is: 238320, and the small business size standard is: $13 Million. This will be an all or none award based on the lowest price quoted from a responsive, responsible quoter. Quotes will be considered only from quoters who are regularly established in the business relevant to the scope of work to be performed. Contractors must be registered in Central Contractor Registration (CCR) (refer to below Preparation and Submission of quotes, paragraph 3) to be awarded this contract. The Internal Revenue Service (IRS) request a quotation for the following service for the period effective from date of award through a completion date to be coordinated between IRS and the contractor: The Contractor shall provide all labor, material, equipment, transportation, supplies and supervision to complete interior/exterior paint project at Internal Revenue Service, (IRS), 5333 Getwell Road, Memphis, TN 38118. All services shall be in full compliance with the terms described and outlined herein, and shall be performed in a professional manner within industry standards. 1. Supervision The Contractor shall provide for satisfactory on-site supervision of all contract work. The contactor shall provide the name, telephone number and qualification of the supervisor or project manager as part of the proposal. The IRS COTR must be able to contact the Contractor or Supervisor at any time to provide notices, reports or requests from the Contracting Officer or the COTR. The designated supervisor and/or project manager shall be able to speak, read and write the English language, apply written rules and follow written instructions. Both new and replacement supervisors/project managers shall meet these requirements. 2. Employee requirement a. Identification of Contractor Employees The contractor shall provide to the IRS contact a list of names, and dates of birth of personnel who will be on-site performing work under this contract. This list shall be provided with the Schedule of Work. No employee or representative of the Contractor will be admitted to the site of work unless satisfactory proof of citizenship is furnished, or, if an alien, legal residency within the United States is confirmed. b. Photo-Identification The Contractor shall ensure its employees have two photo ID available at all times while on-site. During the period of this contract, access to IRS facilities for Contractor representatives shall be granted as deemed necessary by the IRS. All Contractor employees whose duties under this contract require their presence at any IRS facility shall be clearly identifiable by a distinctive badge furnished by the IRS. In addition, contractor's corporate identification badges will be worn on the outer garment at all times. Obtaining the corporate identification is the sole responsibility of the Contractor. Upon termination of the employment of any Contractor personnel working on this contract, all IRS-furnished identification shall be returned to the issuing office. All on-site Contractor personnel shall abide by security regulations applicable to that site. c. Qualification of Employees Each employee of the Contractor assigned to work on the contract shall be a citizen of the United States of America or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form I-1151, or, who presents other evidence from the immigration and Naturalization Services that employment will not affect his/her immigration status. d. Replacement/Substitute Employee The Contractor shall continuously maintain a staff with suitable professional expertise to assure work is scheduled, performed and completed in accordance with contract specifications. The Contractor is responsible for providing replacement personnel which possess the same level of qualifications and ability in the absence of the original contract employee. The COTR shall be notified at least 48 hours in advance of substitutes and must approve any replacement of original contract employee. e. Background Investigations Integrity letters for all employees/laborers may be required from the successful contractor on company letter head (template will be provided by IRS). f. Record of Arrival/Departure Each contract employee must sign in when reporting for duty and sign out when leaving at the end of the work day at the Guard Station. The COTR for this contract will review these sheets as needed. 3. Basic Services Required at IRS, 5333 Building Interior/Exterior Paint Project All contractors bidding this work must attend a site visit (see item number 9). Contractor shall prepare and paint surfaces per requirements below. Acceptable Paint Manufacturers: Interior - Farrell-Calhoun?s 670 Line Interior Latex Satin Enamel, or equivalent. Exterior - Farrell-Calhoun?s Tuff-Boy 8000 Waterborne 100% Acrylic DTM Gloss Enamel, or equivalent. Interior: Interior painting will have to be accomplished 7:00 a.m. ? 3:30 p.m. eastern time Monday through Friday, excluding holidays. Interior painting will be accomplished as rooms are made available and days and timeframes will be coordinated by the COTR and the Contractor. Contractor shall treat paint to minimize odor. 1). Surfaces shall be prepared and primed per paint manufacturer?s specifications. 2). Apply paint at manufacturers recommended spread rate to thoroughly cover all painted wall, door, and ceiling surfaces in the CMLC training and meeting rooms. 3). All coatings shall be building standard color. Accent wall color is Farrell-Calhoun, Interior Teal #6757 Formula: B-28 D-6Y2 E-6Y12 Non-accent wall color is Farrell-Calhoun, Interior Gray #670 Formula: B-20 C-6 I-2 4). Work area must be cleared of work material daily. Work area shall be thoroughly cleaned at the end of project. 5). The Contractor?s employees (truck drivers, supervisors, laborers, etc.) will be escorted by an appointed IRS employee during the interior work portion of the service. Exterior: Contractors will have access to the exterior for painting services 24 hours a day 7 days a week. Exterior painting is targeted to be completed with-in 45-60 days of contract award.. Exterior surfaces shall include: A. All handrails and bollards around the building perimeter and all ornamental fence located around module E. B. All structural steel in the dock A area. C. All handrails, guardrails, bollards, fuel oil pipes, natural gas pipes, PNS hut, light poles, building doors, condenser water pump motors, cooling tower electrical disconnects, security pole gates, pipe support poles, cooling tower support beams (both sides), loading dock cover guards, and transformers in the service yard. D. All bollards, cantilever gates, gate posts, gate control boxes, and ornamental metal located at each of the guardhouses. E. All ornamental fence and gate metal located outside of module E. 1). Clean all surfaces thoroughly. Surfaces shall be prepared per coating manufacturers specifications. Special attention shall be given to painted surfaces that are loose and/or peeling to ensure a sound feathered edge is present to prevent cracking/peeling after paint is applied. 2). Apply two coats of paint to all exterior surfaces at manufacturers recommended spread rate. 3). All coatings to match original paint color. Contractor shall provide color swatches to Government for consideration. 4). Work area must be cleared of work material daily. Work area shall be thoroughly cleaned at the end of project. 5). Once project commences contractor shall work steadily, without interruption, until project is completed. 6). The Contractor?s employees (truck drivers, supervisors, laborers, etc.) will have no access to the facility interior during the exterior work portion of this service. Contractor shall provide exterior, self-contained, portable toilets for use by all contract personnel. Portable toilets shall be located near the work area for easy access by contract personnel. Should contract personnel require access to the building interior in the performance of this work, they must be escorted by an IRS employee designated for the task. All access requirements will be scheduled and coordinated 24 hours in advance. 4. LIABILITY FOR INJURY OR DAMAGE The Contractor shall be held responsible for any damage to government property from performance or nonperformance of this contract, and shall make every effort to protect all property entrusted to the care and handling of the Contractor. 5. LICENSES AND PERMITS The Contractor shall obtain, at his/her own expense, and maintain all necessary and applicable licenses, bonding and permits, required for performing the work. The Contractor shall conform to all laws, regulations and ordinances applicable to the performance and execution of the contract. 6. INSURANCE Contractor must be in possession of all applicable certifications to perform the services required in this SOW. In accordance with FAR 52.228-5, Insurance - Work on a Government Installation; insurance of the following types and minimum amounts shall be procured and maintained during the entire period of performance under this purchase order: (a) Workman's Compensation and Employees Liability Insurance - as specified by applicable statute, but not less than $100,000. (b) General Liability Insurance - Bodily Injury Liability - $500,000 per occurrence. (c) Automobile Liability Insurance - $200,000 per person $500,000 per occurrence bodily injury, $20,000 per occurrence property damage. 7. DISMISSAL OF CONTRACTOR EMPLOYEE (S) The COTR may require dismissal of contractor employees from work under this contract, whom he/she deems incompetent, careless, unsuitable or otherwise objectionable, or whose continued employment he/she deems contrary to the public interest or inconsistent with the best interest of national security. 8. INTERFERENCE WITH BUSINESS The work shall be carried on in such a manner that there will be no interference with the proper execution of Government business. All persons employed in contract work shall, while on the premises, comply with all building regulations. The COTR may require dismissal of contractor employees from work under this contract, whom he/she deems incompetent, careless, unsuitable or otherwise objectionable , or whose continued employment he/she deems contrary to the public interest or inconsistent with the best interest of national security. 9. SITE VISIT (APR 1984) Offerors or quoters shall attend the scheduled site visit 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. The IRS Point of Contact (POC) will provide the Contractors attending the site visit with the drawing module for this service. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End Provision) Day: Thursday Date: September 13, 2007 Time: 9:00 a.m. eastern time IRS POC: Jerry M. Locke (901) 546-2158 LOCATION: Internal Revenue Service 5333 Getwell Road Memphis, TN 38118 Contractors must RSVP for the site visit by 3:30 p.m. on Wednesday, September 12, 2007 to the IRS POC listed above. Contractors will not be compensated for attending site visit. To obtain access to the site for the visit, please be prepared to produce proper identification 10. PERIOD OF PERFORMANCE The Contractor shall perform all work under this contract at the Tennessee Computing Center, 5333 Getwell Road, Memphis, TN 38118. Work shall commence September 24, 2007 (target date). The completion date will be coordinated between the contractor and the IRS contact, but no later than June 30, 2008. 11. FEDERAL HOLIDAYS The contractor will not work on Federal holidays, or any other day designated by Federal Statute, Executive Order, or Presidential Proclamation for the interior portion of this service. The Government is not responsible for any Holiday pay for the Contractor. The Federal Holidays observed by Federal employees are listed below: New Year's Day Martin Luther King, Jr.'s Birthday (observed) President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Any other day designated by Federal Statute, Executive Order, or Presidential Proclamation. 12. WAGE DETERMINATION Davis Bacon Wage Determination Number TN070005, Dated 07/06/2007 will be incorporated into the purchase order. Contractors shall pay its employees no less than the prevailing wage rates as determined by the Secretary of Labor specified in the wage determination. 13. INFORMATION TO BE RETURNED TO CONTRACTING OFFICER To submit a valid quote to be considered for award of this order, please submit the following completed information no later than 12:00 noon, eastern time, September 17, 2007. Quotes may be faxed or emailed in a timely manner. 1) Supplies or Services and Prices/Cost (Page 7) 2) Additional Information (Page 8) 14. INFORMATION CONCERNING RFQ All questions concerning this request for quote should be directed to Laverne M. Farrington, Contracting Officer, in writing via fax number 404-338-9231 or e-mail address laverne.farrington@irs.gov. Deadline for submission of questions concerning this RFQ is 12:00 noon. eastern time, Friday, September 14, 2007. Please hold questions pertaining to the service until after the site visit. 15. PROVISIONS/CLAUSES The provisions at 52.212-1, Instructions to Offerors ? Commercial. The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to the acquisition: 52.204-7, Central Contractor Registration; 52.228-5, Insurance - Work on a Government Installation; IR1052-01-001, Electronic funds Transfer (EFT) Payments; IR1052-01-002, PAID SYSTEM. The following additional FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.222-41. The following additional FAR clauses are also applicable to the acquisition: 52.219-14 Limitations on Subcontracting, 52.222-7 Withholding of Funds, 52.222-8 Payrolls and Basic Records, 52.222-9 Apprentices and Trainees, 52.222-10 Compliance with Copeland Act, 52.222-11 Subcontracts, 52.222-12 Contract Termination ?Debarment, 52.222-13 Compliance with Davis-Bacon and Related Act Regulations, 52.222-14 Disputes Concerning Labor Standards, 52.222-15 Certification of Eligibility, 52.222-27 Affirmative Action Compliance Requirements for Construction, 52.228-13 Alternative Payment Protections, 52,232-27 Prompt Payment for Construction Contracts, 52.236-2 Differing Site Conditions, 52.236-3 Site Investigation and Conditions affecting the Work, 52.236-8 Other Contracts, 52.236-8 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvement, 52.236-10 Operations and Storage Areas, 52.236-11 Use and Possession Prior to Completion, 52.236-12 Cleaning Up, 52.236-13 Accident Prevention, 52.243-5 Changes and Changed Conditions. 52.249-1 I Termination for Convenience of the Government, 52.249-10 I Default, 52.252-2 Clauses incorporated by Reference. 16. SUPPLIES OR SERVICES AND PRICES/COSTS Line Item Description of Supplies/Services Qty U/I Total No. 0001 Painting of Specified Interior and 1 JB $______________ Exterior Surfaces In Accordance to Statement of Work. Material: $_______________ Equipment: $_______________ Labor: $_______________ Total: $_______________ Service Location: INTERNAL REVENUE SERVICE 5333 Getwell Road Memphis, TN 38118 Name & Title of Quoter: ___________________________ Print ___________________________ Title ___________________________ _______________ Signature of Quoter Date Comments: 17. ADDITIONAL INFORMATION Open Market? YES____ NO____ GSA Contract Number/Other Contract (if applicable):______________________ Expiration Date: _____________________________ Business size as listed on GSA Schedule (if different from listed below): ___________________________ Shipping Charges (indicate amount if applicable, otherwise put "N/A"): _______________________ Payment Terms: Net/10____Net/20____Net/30____ *Is your company a corporation? Yes____ No____ *Is your company a partnership, sole proprietorship, individual estate, trust or joint venture? Yes____ No____ .If yes, which one of the above? _____________ Business Size: ________Large ________Small Please check all that apply: ____ Small Disadvantaged ____ 8(a) ____ Small Woman-Owned ____ Small Veteran-Owned ____ Small Service-Disabled Veteran Owned ____ HUBZone Small Vendor's Mailing Address Vendor's Remit Address: _____________________ _____________________ _____________________ _____________________ _____________________ _____________________ Phone: _________________ Fax: ____________________ Representative's E-Mail Address: ____________________________ Registered in the Central Contractor's Registration (CCR) database? Yes____ No____ Note: The Government can only do business with a company who has registered in CCR. If you are not registered, please go to the following website for registration: www.ccr.gov. You must have a DUNS number in order to register on the database. DUNS Number: ___________________ Federal Tax Identification Number: ______________ Name & Title of Quoter: ___________________________ Print ___________________________ Title ___________________________ _______________ Signature of Quoter Date COMMENTS: ________________________________________________________________ ________________________________________________________________
 
Place of Performance
Address: Internal Revenue Service, 5333 Getwell Road, Memphis, TN
Zip Code: 38118
Country: UNITED STATES
 
Record
SN01400124-W 20070910/070908220850 (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.