DOCUMENT
Z -- PAINTING, RELOCATION, AND CARPET INSTALLATION SERVICES FOR GOVERNMENT OFFICE BUILDING - ATTACHMENT 1 - DRAWINGS (3 FILES) - ATTACHMENT 2 - STATEMENT OF WORK FOR 411 RENOVATION - ATTACHMENT 3 - GUIDELINES FOR CONTRACTORS - ATTACHMENT 4 - PAINTING SPECIFICATIONS - ATTACHMENT 5 - MINIMUM REQUIREMENTS FOR SAFETY PLAN
- Notice Date
- 1/16/2009
- Notice Type
- ATTACHMENT 5 - MINIMUM REQUIREMENTS FOR SAFETY PLAN
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-09-RQ-0064
- Point of Contact
- Robin Jeffries,, Phone: (301) 975-3601, Michael R. Szwed,, Phone: 301-975-6330
- E-Mail Address
-
robin.jeffries@nist.gov, michael.szwed@nist.gov
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS/SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 238320 with a small business size standard of $14.0M (Average Annual Receipts). This requirement is a 100% Small Business Set-Aside and all interested Contractors may submit a quotation. Note: The Contractor is required to perform a minimum of 50% of the labor with its own forces (see FAR 52.219-14, Limitations on Subcontracting).*** *** The National Institute of Standards and Technology is seeking to purchase relocation, carpeting and painting services for renovation of Building 411. *** **All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Job - Relocation Services Line Item 0002: Quantity One (1) Job - Painting Services Line Item 0003: Quantity One (1) Job - Carpeting Services Line Item 0004: Quantity One (1) Job - Structural Floor Support (identified in drawings and statement of work) Line Item 0005: Quantity One (1) Job - Safety Plan Preparation and/or Implementation Firm-Fixed-Price Total (0001+0002+0003+0004+0005): ________________ SEE THE FOLLOWING ATTACHMENTS FOR STATEMENT OF WORK/SPECIFICATIONS: ATTACHMENT 1 – DRAWINGS (3 FILES) ATTACHMENT 2 – STATEMENT OF WORK FOR 411 RENOVATION ATTACHMENT 3 - GUIDELINES FOR CONTRACTORS ATTACHMENT 4 – PAINTING SPECIFICATIONS ATTACHMENT 5 - MINIMUM REQUIREMENTS FOR SAFETY PLAN (PLAN MUST BE REQUIREMENT SPECIFIC) *** The Government intends on awarding a firm-fixed-price purchase order as a result of the RFQ.*** *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Vendors-Commercial Items; 52.212-3 Vendors Representations and Certifications- Commercial Items. *** ***The following Federal Acquisition Regulation clauses apply to this acquisition: 52.252-2 Clauses Incorporated by Reference; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (5) 52.219-6, Notice of Total Small Business Set-Aside; (9) 52.219-14, Limitations on Subcontracting; (15) 52.219-28, Post Award Small Business Program Representation; (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation with Authorities and Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.222-50, Combating Trafficking in Persons; (29) 52.225-3, Buy American Act -- Free Trade Agreement – Israeli Trade Act (AUG 2007); (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.236-13 – Alternate I, Accident Prevention; 52.237-1, Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; The following Commerce Acquisition Regulations apply to this acquisition (the CAR clauses can be accessed at: http://oam.ocs.doc.gov/docs/PM%202000-03%20Local%20Clauses%20Updated%20Apr2007.pdf ): 1352.201-70 Contracting Officer’s Authority; 1352.201-71 Contracting Officer’s Technical Representative; 1352.208-70 Printing; 1352.209-71 Organizational Conflict of Interest; 1352.209-73 Compliance with the Laws; 1352.214-70, Pre-Bid / Pre-Proposal Conference [and site visit, if appropriate] (March 2000) 1352.228-70 Insurance Coverage; 1352.228-72 Deductibles Under Required Insurance Coverage; 1352.233-70 Harmless from Liability; 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working a Department of Commerce Site (Low Risk Contracts); 1352.252-70 Regulatory Notice; NIST Local_04 Billing Instructions U.S. Department of Labor Wage Determination No. 05-2103, Revision Number 6, dated 5/29/08, for the area: District of Columbia, Maryland, Virginia The Government is planning a site visit during which potential contractors may obtain a better understanding of the work required. Vendors are strongly urged to visit this site, to fully inform themselves about the location and conditions under which the work is to be performed. Vendors are encouraged to submit all questions in writing at least three (3) days prior to the visit. Questions will be considered at any time prior to, or during, the conference; however, vendors will be asked to confirm verbal questions in writing. Subsequent to the visit an amendment containing an abstract of the questions and answers, and a list of attendees, will be made publicly available, via an Amendment to this Request for Quote. Vendors are cautioned that, notwithstanding any remarks, clarifications, or responses given at the site visit, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment. It is the responsibility of each vendor, prior to quoting, to seek clarification of any ambiguity created by amendment of the solicitation. The conference will be held: Date: January 26, 2009 Time: 10:30 am EST Location: NIST, Building 301, Room B143 NOTIFICATION OF ATTENDANCE TO THE SITE VISIT SHALL BE PROVIDED TO ROBIN JEFFRIES NO LATER THAN 12:00 P.M. ON THURSDAY, JANUARY 22, 2009. PLEASE PROVIDE THE FULL NAME AND CITIZENSHIP OF ALL ATTENDEES TO EMAIL: robin.jeffries@nist.gov or PHONE (301) 975-3601. PLEASE ALLOW 30 MINUTES FOR PROCESSING THROUGH THE FACILITY. SPECIFIC INSTRUCTIONS – QUOTATION FORMAT *** All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items and includes a signed certification statement by offeror as follows, “Our Company, [insert name], certifies we will comply with clause FAR 52.219-14, Limitations on Subcontracting.”; 2) An original and one (1) copy of the technical approach, this corresponds to Evaluation Factor No. 1. Specifically, the approach should address the following: a. Schedule. The Offeror shall describe and provide a schedule as to how its technical approach will ensure the required services are provided in accordance with the 13 week period of performance as defined in the Statement of Work. 3) An original and one (1) copy of the Past Experience with Similar Projects, this corresponds to Evaluation Factor No. 2. The offeror shall have successfully completed three (3) projects with a minimum value of $100,000 each, within the past three (3) years that include painting in a commercial or Government facility and involve managing at least one other trade area (such as carpet installation, moving), to be considered acceptable. The offeror shall include the following: a.Project name and location; b.Project scope and relevance to the solicitation; c.Contract value (at award and completion); d.Contract duration; e.Amount and extend of subcontracting; f.Name of Firm’s project manager and field superintendent for project; and g.Names, addresses, and current telephone numbers for project owner and/or owner’s construction manager. These summaries shall be limited to one (1) page per project. 4) An original and one (1) copy of Past Performance with Similar Projects, this corresponds to Evaluation Factor No. 3. Information for this factor will be obtained from points of contact provided under the past experience with similar projects portion of the quotation. The Government may use other information that is readily available to determine an offeror’s past performance. 5) An original and one (1) copy of Project Personnel, this corresponds to Evaluation Factor No. 4. a.Proposed Project Personnel. The offeror shall provide resumes of the proposed project manager and construction superintendent for the prime indicating their availability and responsibility to the proposed project. Resumes shall include current position/title, project position/title, education/professional licensing/awards, years with the firm, and work experience with similar projects within the last three (3) years. Resumes shall be limited to one and one-half (1-1/2) pages per person. b.Proposed Project Team Experience. The offeror shall describe the degree and type of subcontracting proposed. Provide list of proposed subcontractors including name, address, phone number, and specialty. Demonstrate previous experience in working with proposed subcontractors, including project name, construction value, major project objectives, construction value of subcontractor effort, and owner contact. Subcontractor information shall be limited to two (2) pages per firm. 6) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Vendors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 7)Safety Plan: Upon award, the successful Contractor shall submit a Safety Plan. See Attachment 7 for minimum requirements to be addressed in the Safety Plan. Performance of the requirements shall not proceed until the Safety Plan is approved by the Government.*** *** Award will be made to the lowest price, technically acceptable offeror. It should be noted that the Government may place an award on the offeror’s initial quotation, however, if required, discussions/negotiations may take place. *** Award shall be made to the offeror whose quote is determined to be technically acceptable and whose quote is the lowest price. The Government will evaluate information based on the following evaluation criteria: 1) Technical Approach; 2) Past Experience with Similar Projects; 3) Past Performance with Similar Projects; 4) Project Personnel; and 4) Price. EVALUATION FACTORS: Evaluation Factor No. 1 – Technical Approach The vendor shall describe in detail how they intend to satisfy the requirements articulated in the Statement of Work. Specifically, the approach should address the the schedule. The offeror shall describe and provide a schedule as to how its technical approach will ensure the required services are provided in accordance with the 13 week period of performance as defined in the Statement of Work, in order to be considered acceptable. Evaluation Factor No. 2 – Past Experience with Similar Projects The offeror shall have successfully completed three (3) projects with a minimum value of $100,000 each, within the past three (3) years that include painting in a commercial or Government facility and involve managing at least one other trade area (such as carpet installation, moving), to be considered acceptable. Evaluation Factor No. 3 – Past Performance with Similar Projects This will be evaluated by analyzing the responses of the offeror’s current and previous customers, both those identified in the proposal submission and other sources the Contracting Officer may identify. Overall quality of performance, project schedule, adherence to contract requirements, and customer satisfaction will be evaluated. The currency and relevance of the information, source of the information, context of the data, and general trends in offeror’s performance shall be considered. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. NOTE: Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Approach and Experience evaluation factors. Evaluation Factor No. 4 – Project Personnel a. Proposed Project Personnel The project manager for the prime shall have successfully completed three (3) projects with a minimum value of $100,000 each, within the past three (3) years that include painting in a commercial or Government facility and involved managing at least one other trade area (such as carpet installation, moving), to be considered acceptable. The construction superintendent for the prime shall have successfully completed three (3) projects with a minimum value of $100,000 each, within the past three (3) years that include painting in a commercial or Government facility and involved managing at least one other trade area (such as carpet installation, moving) and experience managing multiple subcontractors, to be considered acceptable. b.Proposed Project Team Experience The proposed team shall have successfully completed one (1) project with a minimum value of $100,000 each, within the past three (3) years that include painting in a commercial or Government facility and involved managing at least one other trade area (such as carpet installation, moving), to be considered acceptable. ***Department of Commerce Agency-Level Protest Procedures Level above the contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***This is a 100% Small Business Set Aside Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.*** ***All quotes shall be received not later than 3:00 PM Eastern Standard Time, on February 2, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Robin Jeffries. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Robin Jeffries, at email: robin.jeffries@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-3601. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes ARE acceptable. Faxed quotes will NOT be accepted. ***
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5833782fd858c998bf433372bfc70a0&tab=core&_cview=1)
- Document(s)
- ATTACHMENT 5 - MINIMUM REQUIREMENTS FOR SAFETY PLAN
- File Name: drawings (411-199.TIF)
- Link: https://www.fbo.gov//utils/view?id=e8572a8f500768c090296bd2e27c58a5
- Bytes: 281.30 Kb
- File Name: drawings (411-198.TIF)
- Link: https://www.fbo.gov//utils/view?id=4e9f89b699dedc319560b62db79e47e7
- Bytes: 354.77 Kb
- File Name: Drawings - move (6544movedwgs.pdf)
- Link: https://www.fbo.gov//utils/view?id=2ce1cb5e620d2aa76bfe30994d6390ad
- Bytes: 3,077.12 Kb
- File Name: Statement of Work (Statement of Work for 411 Renovations.doc)
- Link: https://www.fbo.gov//utils/view?id=523fac0cf8d967e1f95430e05be3ebf8
- Bytes: 43.00 Kb
- File Name: Guidelines for Contractors (Guidelines for Contractors.doc)
- Link: https://www.fbo.gov//utils/view?id=62e59e8b1e3eaa79533561260bd5160d
- Bytes: 75.50 Kb
- File Name: Painting Specifications (Painting Specifications.doc)
- Link: https://www.fbo.gov//utils/view?id=82c4134558bf8fb1a401aaee684bbcff
- Bytes: 94.00 Kb
- File Name: Minimum Requirements for preparing Safety Plan (Plan must be Requirement Specific). (Outline of a Safety and Health Plan for Contractor Specific Contract.doc)
- Link: https://www.fbo.gov//utils/view?id=2f1f0a3e557ce012fa7edb4ca2d45e79
- Bytes: 45.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: drawings (411-199.TIF)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Building 301, Room B158, MS 1640, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01734162-W 20090118/090116215807-b5833782fd858c998bf433372bfc70a0 (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 |