Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
SOLICITATION NOTICE

Z -- Tank Liner for Swimming Pool

Notice Date
1/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
172273
 
Archive Date
2/12/2009
 
Point of Contact
Mishelle Miller, Phone: (202) 406-6790
 
E-Mail Address
mishelle.miller@usss.dhs.gov
 
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. Solicitation number 172273 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-28. This is a 100% small business set aside. The NAICS code is 561790 Swimming pool cleaning and maintenance services and the size standard as set by the SBA is $7 million. The period of performance will begin at date of award. This Solicitation is compromised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. CONTRACT CLAUSES V. SITE VISIT ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK The purpose of this Statement of Work (SOW) is for the inspection and repair of the training tank liner, associated fixtures, and any other structural deficiencies in the training tank located in Laurel, Maryland 20708. General The training tank was built in approximately 1988 and is made as an aluminum structure not concrete. It was retrofitted at a later date (approximately 1993) with a pool liner attached to felt and the aluminum surface. The training tank is an Olympic size swimming pool but shorter in dimension by approximately one foot. The contractor shall inspect and repair any deficiencies in the liner of the training tank located in the Wilson Building. This work shall include all labor and materials associated with this project. The Wilson Building training tank is one of the essential training venues at the James J. Rowley Training Center concerning physical fitness and water safety. The training tank (pool) is a major component of the Secret Service physical fitness protocol and is used 365 days a year for training. Therefore, draining of the tank only occurs to rectify maintenance issues. The training tank currently has a leak from an unknown origin or source, causing the liner to pull away from the aluminum structure. This issue has allowed water to bubble between the pool liner and the felt that adheres to the aluminum structure. Due to the present issue, the training tank (pool) has been drained, thus no training can occur until this problem is resolved. It should be noted there is a crawl space around the entire perimeter of the training tank (pool). It is possible that corrosion could be found on the aluminum structure during the inspection. Although this repair is not covered under this contract, it should be brought to the attention of the COTR immediately. Statement of Work The contractor shall provide all necessary equipment, materials and labor for the inspection and repair of the training tank. The contractor shall conduct a complete physical inspection of the structure, crawl spaces, light fixtures, compression flanges/jets, skimmer, tank liner, and felt. The contractor shall remove the water which is currently trapped between the aluminum tank structure and the pool liner/felt. The contractor shall dry out the felt liner to prevent corrosion. Upon completion of inspection, the contractor shall perform the necessary repairs to bring the training tank back into full operation. The contractor shall install two main drain grates in compliance with the Virginia Graeme Baker Pool and Spa Safety Act which shall meet or exceed industry standards in the training tank. Contracting Officer’s Technical Representative (COTR) shall approve all material selections prior to installation. Other consideration: All work to be performed by experienced trained personnel employed by a material manufacturer that has been engaged in the formulation and manufacture of reinforced PVC membranes for use in commercial pools for greater than 10 years. House Keeping Contractor shall remove all trash and debris, haul it to an appropriate dumpster, or designated trash site on a daily basis. All areas of work shall be broom swept and kept in an orderly state on a daily basis. Contractor Deliverables All deliveries are the contractor’s responsibility. The contractor shall coordinate the deliveries with the Contracting Officer’s Technical Representative prior to the delivery, specifying the date and time. The contractor shall be responsible for off and on loading equipment and materials. Upon contract award, the contractor shall submit a safety and health plan (accident prevention plan) for this project, specifically addressing their confined space plan. The inspection and maintenance operations in the crawl spaces around the pool shall be addressed from the standpoint of: atmosphere testing, communication, rescue operations, identification of the competent person, personal protective equipment (PPE), lighting, rescue equipment, etc. In addition, the contractor shall submit MSDS (Material Safety Data Sheets) for all materials being used as part of this project. Special Provisions Contractor personnel proposed to work under this contract shall be US citizens and non-felons. They shall be subject to and successfully pass a police background investigation prior to being admitted to the James J. Rowley Training Center. Upon contract award, the contractor shall be provided with U S Secret Service contractor personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer’s Technical Representative. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing 0100 Inspection and repair of the training tank, including install two main drain grates and safety plan, per SOW 0200 Five year warranty beginning at date of completion 0300 Number of days and number of employees per day to accomplish 0100 Part B. Contractor Information Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. Part C. Technical Proposal This technical proposal needs to explain the work that you will do and how you will meet the Statement of Work: fixing the training tank liner and associated fixtures, as well as providing the safety plan. This must be separate from the price. Include: (1) An explanation of the services to be used in performing the tasks at hand to fix the tank liner. (2) Whether your company will be able to provide U.S. citizens, non-felons for work; (3) The qualifications of the personnel (what experiences they have). (4) A capability statement, explaining how your company provides pool services, such as a standard brochure. (5) Three references for similar work within the past three years. Submit Parts A, B and C to Mishelle Miller via email to Mishelle.Miller@usss.dhs.gov or fax to 202-406-6801. Submitting via email is preferred. Your entire email must not be greater than 3 MB; if your quote is above that limit, please send multiple emails. Faxed Parts A, B and C will be accepted. Please put 172273 Tank Liner in the subject line. All quotes will receive a confirmation email within two hours; if you do not receive a confirmation then your quote has not been received. Late quotes will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The following factors shall be used to evaluate offers: (1) Technical capability to perform the work as evidenced in the proposal (provide qualifications of personnel and/or company); (2) Past Performance (provide three references from two different agencies/entities for work performed within the past two years); and (3) Price. Technical and past performance, when combined, are more important than price. Award will be made to the offeror whose demonstrated Technical Capability offers the "Best Value" to the Government. Award may be made to other than the lowest price received. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. CONTRACT CLAUSES FAR 52.204-7 Central Contractor Registration 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-71Contractor employee access 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ VI. SITE VISIT ADDITIONAL INFORMATION FOR OFFERORS If you seek a site visit, you must email your request with the company DUNS number along with possible dates (multiple dates) and times. In order to obtain access to a Secret Service facility, each individual must be cleared; only U.S. citizens, non felons are allowed in the facility; see SOW Special Provisions. You will be emailed a form which must be returned. A spreadsheet for the quote and a word document of all contract clauses will be provided upon email request; please provide your company name and point of contact. Since this is a competitive requirement, please do not telephone with questions but email them; if you do not receive a confirmation response within two hours then your question was not received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e0885e66b67def3c5967ccc094aad816&tab=core&_cview=1)
 
Place of Performance
Address: Secret Service facility, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN01736327-W 20090124/090122215829-e0885e66b67def3c5967ccc094aad816 (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.