Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

61 -- WIRING FOR TAMPA, FL - STATEMENT OF WORK

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation 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, Georgia, 30341
 
ZIP Code
30341
 
Solicitation Number
Q0QH01SES40000
 
Archive Date
9/16/2010
 
Point of Contact
Yolanda R McDaniel, Phone: 404-338-9207
 
E-Mail Address
yolanda.r.mcdaniel@irs.gov
(yolanda.r.mcdaniel@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TAMPA WIRING SOW 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. Solicitation is issued as a Request for Quotes (RFQ) and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 05-40. This requirement is a Total Small Business set-aside and the North American Industry Classification System (NAICS) Code is 238210. This Award will be in accordance with the Terms and Conditions of the attached Statement of Work. Basis of award will be based on the lowest price quoted from the responsive and responsible contractor. Contractors must be registered in the Central Contractor Registration (CCR) and not on the Excluded Parties List System (EPLS) to be considered for award of this contract. 1. OVERVIEW a. The contractor shall provide the required labor and material required for the work listed in the attached Statement of Work, for the Internal Revenue Service (IRS). The services are needed at IRS, 2203 N. Lois Avenue, 5th Floor Tampa, FL 33607-2370. b. The contractor shall provide all equipment, management, supervision, labor, materials, tools and supplies required to perform the wiring services; and shall plan, schedule and coordinate tasks needed to ensure effective and efficient completion of all work. 2. Anticipated Period of Performance: Date of Award through 12/10/2010. 3. WAGE DETERMINATION The Department of Labor Wage Determination (DOL), Service Contract Act (SCA) is applicable to this contract. Wage Determination No: Wage Determination No.: 2005-2125, Revision No.: 12 Date Of Revision: 06/15/2010. Contractor shall pay its employees no less than the prevailing wage rates determined by DOL. The contractor may obtain this wage determination from Department of Labor at: http://www.wdol.gov/wdol/scafiles/std/05-2413.txt 4. PROVISIONS/CLAUSES The following Provisions and Clauses are applicable to this acquisition: • The provisions at 52.212-1, Instructions to Offerors -- Commercial, 52.212-3, Offeror Representations and Certifications -- Commercial Items, apply to this acquisition. Submit quotes as specified in paragraph 13. • The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items • The following addenda to FAR 52.212-4: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel. • The following FAR clauses cited in 52.212-5 apply to this acquisition: 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires – FL - Electronics Technician Maintenance I $18.96, Electronics Technician Maintenance II $20.76, Electronics Technician Maintenance III $24.93 • STANDARD OF CONDUCT The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance and integrity and shall be responsible for taking such disciplinary action with respect to his employees as may be necessary. The Contractor is also responsible for ensuring that his employees do not disturb papers on desks, open desk drawers or cabinets, or use Government telephones except as authorized. • UNPACKING AND CLEAN-UP The Contractor shall be responsible for the in-transit storage, crating, uncrating, on-site handling and rehandling, and site clean-up and debris removal for all equipment ordered under the terms and conditions of this contract. • IR1052-00-005 CONTRACTOR'S RESPONSIBILITY The contractor shall provide for the day to day inspection and monitoring of all work performed to ensure compliance with the contract requirements. The results of inspections conducted shall be documented in an inspection report for submission to the Government. The contractor shall follow through to assure that all defects or omissions are corrected. • IDENTIFICATION/BADGES Contractor employees that require access to IRS space shall be escorted by an appointed IRS employee. The IRS point of contact (to be given at a time of award) shall provide the Contractor with a list of on-site contacts and telephone numbers for each location. Contractor employees must have company uniforms and identification badges when entering IRS Facility. • IR1052-00-011 ON-SITE PROJECT MANAGER The Contractor shall provide the name, telephone number and address of the Project Manager, in writing, to the Contracting Officer prior to starting work. 5. PREPARATION AND SUBMISSION OF QUOTES: To submit a valid quote to be considered for this award, submit the following completed information: a. Representations and Certifications: Contractors must either a) complete the Representations and Certifications (Reps and Certs) electronically via the Online Representations and Certifications Application (ORCA) at www.ccr.gov or b) submit a completed copy of the Reps and Certs under FAR provision 52.212-3, Offeror Representations and Certifications. Full text of the provision may be accessed at www.arnet.gov/far/ b. Completed price schedule. Material:$_________________ Labor:$___________________ Deadline for submission of the above required documentations is September 1, 2010 by 5:00 P.M. (Eastern Standard Time). Responses can be faxed to (404) 338-9231, Attn: Yolanda R. McDaniel, e-mail: yolanda.r.mcdaniel@irs.gov, or mailed to: Internal Revenue Service ATTN: Yolanda McDaniel Office of Business Operations Field Operations Branch 2888 Woodcock Blvd., Ste 300 Atlanta, GA 30341 6. INFORMATION CONCERNING RFQ Any questions concerning this Request for Quotation should be directed, in writing, to Yolanda McDaniel, e-mail: yolanda.r.mcdaniel@irs.gov or fax: 404-338-9231.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/Q0QH01SES40000/listing.html)
 
Place of Performance
Address: IRS, 2203 N. Lois Avenue, 5th Floor, TAMPA, Florida, 33607, United States
Zip Code: 33607
 
Record
SN02258902-W 20100829/100828000148-dfc5b481ee2532a3e758b02f2c42bc98 (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.