SOLICITATION NOTICE
99 -- EPA Constitution Avenue, Security Planters Replacement
- Notice Date
- 7/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-PR-OARM-11-00526
- Response Due
- 8/18/2011
- Archive Date
- 9/17/2011
- Point of Contact
- Ben Shih, shih.benjamin@epa.gov, (202) 564-5999
- E-Mail Address
-
Contract Specialist
(shih.benjamin@epa.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 and Subpart 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular to date. 1.0Project TitleEPA Constitution Avenue, Security Planters Replacement 2.0Introduction The Environmental Protection Agency (EPA), Security Management Division (SMD) is seeking a Contractor to perform the work described in this Statement of Work (SOW). As described in Section 3.0, the 188 security planters along Constitution Avenue, N.W. (between 12th Street N.W. and 14th Street N.W., and from the corner of Constitution Avenue and 14th Street N.W. to the edge of the south driveway entrance into the Ronald Reagan Building garage) need immediate replacement to mitigate security vulnerabilities. 3.0Scope of Work The contractor shall perform work specifically stated under this SOW as it pertains to the replacement of EPA?s security planters. The 188 free-standing security planters (72 round planters and 116 rectangular planters) along Constitution Avenue, N.W. between 12th Street N.W. and 14th Street N.W. should be replaced first. The next area of planters that needs replacement is from the corner of Constitution Avenue N.W. and 14th Street N.W. to the edge of the south driveway entrance into the Ronald Reagan Building garage. In this area there are three (3) round planters and thirty six (36) rectangular planters. The planters identified in these areas are severely cracked and falling apart. These security planters make up a portion of our security perimeter on the edge of the sidewalk adjacent the EPA?s property. Before installation can begin the old planters will need to be removed and the existing liriope will need to be removed and stored in an area provided by EPA until the installation of the new planters is completed. There are no stipulations on how the removed planters are disposed of. Contractor shall water the stored liriope. The cost of the new planters should include all shipping and receiving, storage for the liriope, planters as listed, barrier forms, steel reinforcement of poured in place concrete mix, fill soils, plantings soil, the transfer of the liriope from the old planters into the new planters, and drainage stone at the base of the planters. Water drainage holes for the planters need to be set at the bottom of the planters. The approved vendor will also need to propose a plan with a timeline for the removal and installation of the security planters. EPA does not want any unnecessary gaps in perimeter security of longer than 48 hours or more than one weekend. EPA is requesting that the work be done from start to finish within 4 weeks. There cannot be gaps in the perimeter security of more than one weekend to continue the work. Prior to the start of the project the contractor will identify all logistical needs in advance. If the contractor needs to store planter materials on site, or equipment, and/or special arrangements, they will need to coordinate at least 72 hours in advance with EPA?s Security Management Division. Lastly, we would like this project completed no later than the end of September 2011. 4.0Mandatory Pre-bid Meeting and Site Walk-Through Security Management Division requests a pre-bid meeting with all prospective bidders including a walk-through of the area to provide an opportunity for offerors to identify the planters that require replacement and to ensure that the replacement planters? dimensions will be correct and the color of the replacement planters will match with the existing security planters. Offerors are required to attend this visit in order to be eligible for award. The meeting will begin at the main lobby of 1201 Constitution Avenue N.W., Washington, D.C. at 10:00 am, Eastern Time, August 11, 2011. 5.0 Contractor Deliverables The selected contractor shall procure and install: ?116 rectangular planters and 72 round planters, for a total of 188 planters. ?Upon contract award the selected contractor shall provide EPA SMD with color and texture samples of the proposed planters. 5.1 Dimensions for the planters are: ?Rectangular planters 60" length x 36? width x 42" height, weight is 4680 pounds each unfilled, planters will be reinforced with steel rebar ?Round Planters, 48" diameter x 36? height, weight is 3040 pounds each unfilled, planters will be reinforced with steel rebar 5.2 Planter Build Specifications ?Planters are vibrated during production to eliminate air/gas bubbles in the final product?Planters are reinforced with steel rebar?Planters are constructed with a 5,000 PSI concrete mix?Products have a continuous color dye throughout as opposed to a surface applied stain (NOT just the exterior skin of the wall). This insures that the aesthetics of the product are improved despite eventual chipping and spalling?Planters are not required to be crash or ?K? rated.?Planters shall include at least a one year manufacturers? warranty 6.0 Evaluation Factors The Government will award to the responsive, responsible firm, whose quotation is most advantageous to the Government, price and other factors considered. This award will be based on the Government?s assessment of Technical Expertise and Fair and Reasonable Price. For this requirement, Technical Approach is more significant than all other subfactors. Subfactors-- Experience with Similar Work, Past Performance and Key Performance--are equal in significance. Trade-off analysis in both technical considerations and price will be used to determine the best overall value to the Government. The Government may or may not award to the lowest price quotation. However, as submissions become more technically equal in their merit, the evaluated price becomes more important. The Government will utilize the evaluation criteria identified below. Technical Expertise - The Government will evaluate each offeror?s technical approach and level of knowledge demonstrated in their proposal. ?Subfactor 1: Technical Approach ? The Government will evaluate each offeror?s knowledge and level of technical expertise. ?Subfactor 2: Experience with Similar Work - The Government will evaluate each offeror?s experience performing projects of a similar size, scope, and complexity. ?Subfactor 3: Past Performance - The Government will evaluate each offeror?s past performance of projects based upon customer satisfaction with the services provided on past or current projects. ?Subfactor 4: Key Personnel - The Government will evaluate the availability and relevant experience of the proposed personnel. 7.0 Questions Any questions must be sent by email to the Ben Shih, Contract Specialist, at Shih.Benjamin@epa.gov and to the Project Officer, William Bellerose, at Bellerose.William@epa.gov no later than 4:00 pm, Eastern Time, August 11, 2011. Questions received after the time stated above will not be answered. 8.0 Quote Submission Instructions Offerors shall submit a detailed project plan (not to exceed 5 pages ? this limit applies to the technical portion of the resume only and excludes resumes, attachments, past performance references and pricing related information). The submitted project plan shall describe the Offeror's ability to satisfy the Government's requirement, including the labor classifications/technical expertise, as set forth in the Statement of Work. Additionally, each offeror shall identify up to three contracts, which have recently been performed (within the last 3 years), or are currently being performed, which are similar in scope for services of this magnitude and complexity. The offeror shall provide the following information: ?Contract number, contract type and total costs?Date of contract award and period of performance?Name, address and telephone number of all applicable contract points of contact?Brief description of contract work, scope, and responsibilities In addition to considering past performance information provided in the offeror?s submission, past performance evaluations may also be based on the offeror?s supplied references, information obtained through federal performance tracking databases, and other information obtained by the Government from other sources. Offerors shall submit a firm, fixed-price quote, including indirect costs, other direct costs (ODCs), travel and any other applicable charges, providing a ceiling price for this requirement. Any charges for travel shall be listed separately and will be considered cost-reimbursable based on actual costs. Each offeror shall submit (1) one electronic copy to Ben Shih, Contract Specialist, at Shih.Benjamin@epa.gov and to the Project Officer, William Bellerose, at Bellerose.William@epa.gov. Due date for receipt of responses to this RFQ will be 4:00 pm, Eastern Time, on August 18, 2011. Prospective sources are reminded that an award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov). Late responses, received after the due date/time, will not be considered for award. It is the offerors responsibility to ensure that all documents and quotes are received by the due time and date listed above. The provision at FAR 52.212-1 ?Instructions to Offerors?Commercial? applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 ?Offeror Representations and Certifications ? Commercial Items? with their response or clearly indicate their DUNS number in their written response and include a statement certifying that a current ORCA record is on file and available for review online. The following FAR clauses also apply: 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?, with the following clauses cited in 52.212-5 being applicable to this acquisition: (a)52.222-50 Combating Trafficking in Persons (FEB 2009) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)(b)52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006)52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010)52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 Utilization of Small Business Concerns (DEC 2010) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEPT 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-54 Employment Eligibility Verification (JAN 2009)52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) (c)52.222-41 Service Contract Act of 1965, as Amended (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.222-43 Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (SEPT 2009) 52.222-44 Fair Labor Standards Act and Service Contract Act?Price Adjustment (SEPT 2009) The aforementioned provision and clauses can be accessed electronically at https://www.acquisition.gov/far/index.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-PR-OARM-11-00526/listing.html)
- Place of Performance
- Address: USEPA1201 Constitution Avenue N.W.WashingtonDC20004USA
- Zip Code: 20004
- Zip Code: 20004
- Record
- SN02514449-W 20110730/110729000014-965fadd26340f2f2fac11a41b27002e7 (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 |