Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
DOCUMENT

Z -- EG-WW Federal Building Design Services for Elevator Controls - Solicitation 1

Notice Date
5/13/2008
 
Notice Type
Solicitation 1
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Southern Service Center - Portland (10PZ2), 620 S.W. Main Street, Room 108, Portland, Oregon, 97205
 
ZIP Code
97205
 
Solicitation Number
10PZ2-08-0063
 
Point of Contact
LeRoy W. Rushing,, Phone: 503-326-4919
 
E-Mail Address
leroy.rushing@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for elevator control design services prepared in accordance with the format in FAR Subpart 36, and as supplemented with additional information included in this notice. This announcement constitutes the solicitation only; proposals are being requested and a written solicitation will not be issued. The solicitation number is 10PZ2-08-0063 and is issued as a Request for Proposal(RFP). The Government anticipates awarding this requirement as a Firm Fixed Price contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990. The purpose of this solicitation is to provide General Services Administration, Public Building Service, Southern Service Center, with elevator control design services in accordance with the attached Statement of Work (SOW). The elevator location is at EG-WW Federal Building, Portland, OR 97205. The period of performance for this contract will be 7 weeks from the date of award. Information received will be used to evaluate offeror capabilities. Source Selection Procedures as identified in FAR PART 15.3. The Government will select the offer for award which represents the Lowest Cost, Technically Acceptable proposal. The Government reserves the right to consider proposals received after the submission deadline. The government will evaluate proposals using that detailed information which is included in your proposal package. Note: Page limit for Proposal is 10 pages, not including Price Proposal. Site visit may be authorized by the Government. Offerors shall contact the contract specialist to arrange an appoint to visit the work location within in the 30 solicitation time. ADDITIONAL INFORMATION FOR YOUR CONSIDERATION Central Contractor registration (CCR) and Payment Information In accordance with FAR 4.1102, the Government requires contractors be registered in the Central Contractor Registration (CCR) database in order to facilitate Electronic Funds Transfer (EFT) payment for deliveries or performance under the respective task orders. The contractor may register for CCR at http://www.ccr.gov/. Refer to FAR clause 52.232-33. The Data Universal Number System (DUNS) number is the primary vendor identifier in CCR. Therefore, to facilitate payment, include your DUNS number on every invoice submitted to the General Services Administration. Organizational Conflict of Interest The General Services Administration Contracting Officer is unaware of any organizational conflicts of interest that may exist with respect to your company accepting this request for Proposal, nor is the contracting officer aware of any organizational conflicts of interest that may exist with respect to any employees of your company working on a task order for the services described in Enclosure (1). Pursuant to FAR Subpart 9.504, Contracting officer responsibilities, paragraph (e), the ordering contracting officer cannot award a task order to any company for whom a conflict of interest is determined to exist which cannot be avoided or mitigated. If a conflict of interest is determined to exist with the apparently successful contractor, then the ordering contracting officer shall notify the contractor, provide the reasons, and give the contractor a reasonable opportunity to respond. Questions Concerning this Request for Proposal Any questions concerning this request for Proposal must be submitted by e-mail or fax to Mr. Roy Rushing before 2:00pm on the 7th working day after this request for proposal is released. APPLICABLE PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this solicitation: 52.202-1 DEFINITIONS (JUL 2004) 52.203-3 GRATUITIES (APR 1984) 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006) 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995) 52.203-8 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLIEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.203-10 PRICE OF FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.204-2 SECURITY REQUIREMENTS ALT II (APR 1984) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.204-7 CENTRAL CONTRACTOR REGISRTATION (JUL 2006) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (NOV 2007) 52.209-6 PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEPT 2006) 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK ALT I (APR 1984)* 52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (SEP 2000) 52.211-13 TIME EXTENSTIONS (SEP 2000) 52.211-18 VARIATION IN ESTIMATED QUANTITY (APR 1984) 52.215-2 AUDIT AND RECORDS - NEGOTIATION (JUNE 1999) 52.215-8 ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT (OCT 1997) 52.215-10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997) 52.215-11 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA - MODIFICATIONS (OCT 1997) 52.215-12 SUBCONTRACTOR COST OR PRICING DATA (OCT 1997) 52.215-13 SUBCONTRACTOR COST OR PRICING DATA – MODIFICATIONS (OCT 1997) 52.215-18 REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB) OTHER THAN PENSIONS (JUL 2005) 52.215-21 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICIN DATA - MODIFICATIONS ALT II (OCT 1997) 52.216-4 ECONOMIC PRICE ADJUSTMENT – LABOR AND MATERIAL (JAN 1997) 52.216-7 ALLOWABLE COST AND PAYMENT ALT I (FEB 1997) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - OVERTIME (JUL 2005) 52.222-6 DAVIS-BACON ACT (JUL 2005) 52.222-7 WITHOLDING OF FUNDS (FEB 1988) 52.222-8 PAYROLLS AND BASIC RECORDS (FEB 1988) 52.222-9 APPRENTICES AND TRAINEES (JUL 2005) 52.222-10 COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988) 52.222-11 SUBCONTRACTS (LABOR STANDARDS) (JUL 2005) 52.222-12 CONTRACT TERMINATION - DEBARMENT (FEB 1988) 52.222-13 COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS (FEB 1988) 52.222-14 DISPUTES CONCERNING LABOR STANDARDS (FEB 1988) 52.222-15 CERTIFICATION OF ELIGIBILITY (FEB 1988) 52.222-20 WALSH-HEALY PUBLIC CONTRACTS ACT (DEC 1996) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-27 AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTION (FEB 1999) 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETRANS, VETRANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEPT 2006) 52.222-50 COMBATING TRAFFICKING IN PERSONS (AUG 2007) 52.223-3 HAZARDOUS MATERIAL IDENDITIFICATION AND MATERIAL SAFETY DATA ALT I (JUL 1995) 52.223-5 POLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003) 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) 52.223-10 WASTE REDUCTION PROGRAM (AUG 2000) 52.223-12 REFRIGERATION EQUIPMENT AND AIR CONDITIONERS (MAY 1995) 52.225-1 BUY AMERICAN ACT-SUPPLIES (JUN 2003) 52.226-1 UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES (JUN 2000) 52.227-1 AUTHORIZATION AND CONSENT (DEC 2007) 52.227-17 RIGHTS IN DATA – SPECIAL WORKS (DEC 2007) 52.228-12 PROSPECTIVE SUBCONTRACTOR REQUESTS FOR BONDS (OCT 1995) Page - 22 52.228-14 IRREVOCABLE LETTER OF CREDIT (DEC 1999) 52.228-15 PERFORMANCE AND PAYMENT BONDS – CONSTRUCTION (NOV 2006) 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003) 52.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (SEP 2002) 52.232-17 INTEREST (JUN 1996) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-23 ASSIGNMENT OF CLAIMS ALT I (APR 1984) 52.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (SEP 2005) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER – CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.233-1 DISPUTES (JUL 2002) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984)*** FILL IN: ***Contractor to perform minimum of an aggregate of twenty percent (20%) of all work performed under this contract. 52.236-2 DIFFERING SITE CONDITIONS (APR 1984) 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APR 1984) 52.236-5 MATERIAL AND WORKMANSHIP (APR 1984) 52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984) 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) 52.236-8 OTHER CONTRACTS (APR 1984) 52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984) 52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984) 52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984) 52.236-12 CLEANING UP (APR 1984) 52.236-13 ACCIDENT PREVENTION ALT I (NOV 1991) 52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984) 52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984) 52.236-16 QUANTITY SURVEYS ALT I (APR 1984) 52.236-17 LAYOUT OF WORK (APR 1984) 52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION ALT I (FEB 1997) 52.236-26 PRECONSTRUCTION CONFERENCE (FEB 1995) 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984) 52.242-13 BANKRUPTCY (JUL 1995) 52.242-14 SUSPENSION OF WORK (APR 1984) 52.243-1 CHANGES-FIXED PRICE ALT I (APR 1984) 52.243-3 CHANGES – TIME-AND-MATERIALS OR LABOR-HOURS (SEP 2000) 52.243-4 CHANGES (JUN 2007) 52.243-5 CHANGES AND CHANGED CONDITIONS (APR 1984) 52.244-2 SUBCONTRACTS (JUN 2007) 52.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996) 52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES (JUN 2007) FILL IN: *As identified in the Task Order. 52.246-1 CONTRACTOR INSPECTION REQUIREMENTS (APR 1984) 52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996) 52.246-13 INSPECTION – DISMANTLING, DEMOLITION, OR REMOVAL OF IMPROVEMENTS (AUG 1996) 52.246-21 WARRANTY OF CONSTRUCTION ALT I (APR 1984) 52.248-3 VALUE ENGINEERING – CONSTRUCTION (SEP 2006) Page - 23 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)(SHORT FORM) ALT I (APR 1984) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) ALT I (SEP 1996) 52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) ALT I (APR 1984) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) I5. GSAM CLAUSES INCORPORATED BY REFERENCE 552.203-71 RESTRICTION ON ADVERTISING (SEP 1999) 552.211-71 STANDARD REFERENCES (SEP 1999) 552.211-72 REFERENCES TO SPECIFICATIONS IN DRAWINGS (FEB 1996) 552.211-84 NON-COMPLIANCE WITH CONTRACT REQUIREMENTS (FEB 1996) 552.215-70 EXAMINATION OF RECORDS BY GSA (FEB 1996) 552.228-70 WORKER’S COMPENSATION LAWS (SEP 1999) 552.229-70 FEDERAL, STATE, AND LOCAL TAXES (APR 1984) 552.232-78 PAYMENT INFORMATION (JUL 2000) 552.236-71 AUTHORITIES AND LIMITATIONS (APR 1984) 552.236-74 WORKING HOURS (APR 1984) 552.236-75 USE OF PREMISES (APR 1984) 552.236-76 MEASUREMENTS (APR 1984) 552.236-77 SPECIFICATIONS AND DRAWINGS (SEP 1999) 552.236-78 SHOP DRAWINGS, COORDINATION DRAWINGS, AND SCHEDULES (SEP 1999) 552.236-79 SAMPLES (APR 1984) 552.236-80 HEAT (APR 1984) 552.236-81 USE OF EQUIPMENT BY THE GOVERNMENT (APR 1984) 552.236-82 SUBCONTRACTS (APR 1984) 552.243-70 PRICING OF ADJUSMENTS (APR 1989) 552.243-71 EQUITABLE ADJUSTMENTS (APR 1984) 552.246-72 FINAL INSPECTION AND TESTS (SEP 1999) 552.246-75 GUARANTEES (MAY 1989) 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) 52.236-28 PREPARATION OF PROPOSALS (OCT 1997) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision. (b) The use in this solicitation of any ____ [insert regulation name] (48 CFR Chapter ___) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of provision) 552.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (DEVIATION FAR 52.252-5) (SEP 1999) (a) Deviations to FAR provisions. (1) This solicitation indicates any authorized deviation to a Federal Acquisition Regulation (48 CFR Chapter 1) provision by the addition of “(DEVIATION)” after the date of the provision, if the provision is not published in the General Services Administration Acquisition Regulation (48 CFR Chapter 5). (2) This solicitation indicates any authorized deviation to a Federal Acquisition Regulation (FAR) provision that is published in the General Services Administration Acquisition Regulation by the addition of “(DEVIATION (FAR provision no.))” after the date of the provision. (b) Deviations to GSAR provisions. This solicitation indicates any authorized deviation to a General Services Administration Acquisition Regulation provision by the addition of “(DEVIATION)” after the date of the provision. (c) “Substantially the same as” provisions. Changes in wording of provisions prescribed for use on a “substantially the same as” basis are not considered deviations. (End of provision) CLAUSES INCORPORATED BY REFERENCE: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.211-7 ALTERNATIVES TO GOVERNMENT-UNIQUE STANDARDS (NOV 1999) 52.215-3 REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) 52.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB 1999) 52.232-13 NOTICE OF PROGRESS PAYMENTS (APR 1984) 52.236-27 SITE VISIT (CONSTRUCTION) ALT 1 (FEB 1995) GSAM CLAUSES INCORPORATED BY REFERENCE: 552.233-70 PROTEST FILE DIRECTLY WITH THE GENERAL SERVICES ADMINISTRATION (MAR 2000) CLAUSES INCORPORATED BY FULL TEXT resulting from this solicitation. (End of provision) 52.233-2 SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: SEE ADDRESS IN SECTION G, ITEM G1. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) Page - 30 52.225-10 NOTICE OF BUY AMERICAN ACT REQUIREMENT – CONSTRUCTION MATERIALS (MAY 2002) ALT I (a) Definitions. “Construction material,” “domestic construction material,” and “foreign construction material,” as used in this provision, are defined in the clause of this solicitation entitled “Buy American Act— Construction Materials” (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American Act shall submit the request with its offer, including the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested— (i) Will be rejected as non-responsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations. (End of provision) General Services Administration reserves the right to award without discussions. Proposals provided should include but is not limited to a) Name and addresses (including phone numbers and Point of Contacts). b) Discussion of capability to provide the desired services outlined within the requirements. c) Catalog and other company descriptive literature, pricing, and current availability with delivery timeframe, d) any offeror restrictions in meeting the desire criteria. Offeror's may also include any customary commercial contract terms and conditions, e) Indicate if you firm’s CAGE code, Duns and Bradstreet number, Tax ID Number, and GSA Schedule should you have one. The requested proposals do not constitute a commitment, implied or otherwise, that a procurement action will be issued. All written responses must include a written narrative statement of capability, including detailed technical or commercial information demonstrating their ability to meet the above requirements. The response must be sufficient to permit agency analysis to establish a bonafide capability to meet the requirements. Written responses must be received no later than 30 days after publication of this Solicitation. The proposal shall not exceed ten (10), single sided pages. Font size shall be no less than 12 point, but text for tables and figures may be as small as 9 point. Cover pages, table of content, tabs, resumes, cost proposals (and breakouts) do not count toward the 10 page limit. Page size shall be 8.5 x 11 inches, not including foldouts. Use at least 1-inch margins all around. Pages shall be numbered sequentially. Page limitations shall be treated as maximums. If exceeded, the excess pages will not be read or considered in the evaluation of the proposal and will be returned to the offeror as soon as practicable. If both sides of a sheet display printed material, then it shall be counted as 2 pages. All information in response to this notification must be submitted in writing, by sending an e-mail Mr. Roy Rushing at Leroy.rushing@gsa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=430f70660bd2679d2c7725db0b3fc2a0&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Statement of Work (SOW). (SOW Design Elevator controls.doc)
Link: https://www.fbo.gov//utils/view?id=683311870f8e88e01164c1718dc642ab
Bytes: 77.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Edith Green Federal Building, 1220 SW 3rd Ave., Portland, Oregon, 97204, United States
Zip Code: 97204
 
Record
SN01572038-W 20080515/080513220740-d4456e6886841aa411e42352e8af04ea (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.