SOLICITATION NOTICE
12 -- Fire Alarm system testing
- Notice Date
- 11/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Labor, Employment Training Administration, Adams and Associates, In., 10395 Double R Blvd, Reno, Nevada, 89521, United States
- ZIP Code
- 89521
- Solicitation Number
- WLD2013044
- Point of Contact
- Lisa Woodall, Phone: 301/362/4406
- E-Mail Address
-
Woodall.lisa@jobcorps.org
(Woodall.lisa@jobcorps.org)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SUBCONTRACTING OPPORTUNITY WITH ADAMS & ASSOCIATES INC. NOT WITH THE FEDERAL GOVERNMENT Annual Fire Alarm System Testing Scope of Work ID#: WDL2013-044 SCOPE OF WORK Table of Contents 1. Proposal Informantion 2. Project Description 3. specifice requirements 4. construction Requirement-NA 5. Proposal Form 6. Evaluation Criteria 1. Proposal Information Adams and Associates, Inc., contracting for the U.S. Department of Labor for the operation of the Woodland Job Corps Center -a 237 student residential training facility located a 3300 Fort meade Road, Laurel MD, is currently soliciting written bids for fire alarm system testing and ceritification. Project: Fire alarm System Testing and certification-Annual Owner: US Department of Labor (DOL) Employment and Training Administration Center Operator: Adams and associates, Inc. Mailing Address: Woodland JCC 3300 Fort Meade Road, MD 20724 Proposal Due Date: November 27, 2013 By 10:00 A.M. Payment: Payment Terms are Net 30 Days of completion and receipt of invoice Site Visit Date: November 25,2013 @10:30 AM Attendance is required at the pre-bid conference and walk thru on the above date and time by contractors who intend to submit proposals. No offers will be accepted from contractors who do not attend the above stated pre-bid conference and walk thru. a) Contractor shall visit the site and familiarize himself with the condition under which the work will be performed. No allowance will be made for any error on the contractors part for failure to take int account any conditions or circumstance existing at the site which might affect the contemplate work. The fact that a bid is subitted will be taken as evidence that the contractor has full knowledge of the extent and character of the conontemplate work and any problem to be encountered in the performing same. 2. Project Description: Annual Fire Alarm System Testing and Certification Contractor shall test and certify all alarms for the entire center. This tist is required per NFPA/USDOL regulations. 3. Specific Requirements: a) The pre bid walk-thru will explain in detail the work and rooms to be completed. b) Provide full timoe on-site supervision throughout eh duration of the project. c) all construction disposal and debris to be removed dail and construction area must be secured to the Center's satisfaction at the end of each day. d) Coordination with Center Maintenance staff for locations of staging areas. e) parking to be allowed only at the designted parking lot areas. Warrantees: The contractor is to provide written warranty for the above statements at time of completion of job. a) Vendor shall hold all licenses necessary to do business in the state of Maryland and provide copies of all license with bid package. Center Regulations: Contractor and his employees shall abide by all of the Center's rules and requlations. There shall be no fraternization between contractor personnel and Job Corps Center students or personnel. The contractor will be required to follow all Center Safety and security requirements. Management of Jobsite: The Contractor shall maintain a clean and safe workplace that is secured at the end of each working day. The contractor shall clear all deliveries with the Center's security personnel. Wage Rates: The bidders shall conform to the latest Service Contract Act (SCA) prevailing wage rate decisions for the area. Insurance: The Contractor shall obtain and maintain insurance as follows: Workman's Compensation/Emplyers Liability Insurance, to meet New Yourk statutory requirements Coprehensive General Liability ($1,000,000 per occurrence) Comrehensive Automobile Liability ($1,000,000/combined single limit) Fire Legal Liability ($500,00 per occurrence) The Contractor must cover any deductible costs. Upon contract award, the Contractor must add Woodland Job corps Center as additional named insured to the policies. Schedule: The Contractor shall submit a schedule for the work. The project shall be completed within seven days after the award of the contract. Written authorization is required to extend the seven-day for the period of the work perform Final Acceptance: The Contractor shall notify the Center's facility manager when the project is substantally complete, and shall request an inspection. The completion of this inspection shall determine the date for the commencement of the warrantees, and the date for payment. a completed copy of Standard Form 1413 must be received in Finance as well as certified payroll for the period of the work performed. 4. Construction Requirements----N/A 5. Proposal Form The Contractor shall submit the following information with the proposal: Vendor is to return written bid on vendor letterhead or vendor paperwork. Bids must reference scope ID# WDL2013-044. Please date your proposal. The bid amount for the project at hand A list of materials and product data sheets proposed for use Copies of Insurance and License Certificates( for the state of Maryland) W9 and Vendor Questionnaire Form Schedule of work to be performed in which will include the duration period of the project References( if no past history with Center) Completed Copy of SF 1413 6. Evaluation Criteria Award will be made based on Best Value to the Center. Lowest Price does not guarantee award. Bis, venor questionnaire, W9, Authority to Commit and all licensures need to business may be faxed to 301/362/4493, ATTN: Lisa Woodall, Purchasing Department; emailed to woodall.lisa@jobcorps.org ; or mailed to : Woodland Job Corps Center Attn: Lisa Woodall 3300 fort Meade Road Laurel, Marylang 20724 If your quote deviates from specifications in anyway, such exceptions must be noted on the bid sheet. If unable to quote, please indicate "No Bid" and return bid package to us. Adams and Associates, Inc. Reserves the right to reject any bids and select the bid deemed most responsible. Bidders should be aware of bid requirements for federally funded projects and act accordingly. Bidders and placed and notice that this is a competitive bid process and cost is an important fact. Overall, low bid does not constitute bid award. Woodland Job Corps Center is a government facility and entilled to GSA pricing. Payment termen are Net 30 days from date of invoice. Vendor is required to show number of hours bille and hourly rate on invoice, list of materials used to complete service and provide certified payroll records with invoice. All quotes should be submitted in writing to the Purchasing Department by November 27, 2013 by 10:00 am Quotes recived after the deadlin and /or without all requested documentation will not be condered. All question reqarding the Invitation to Bid and or scope of must be submitte in writing to: woodall.lisa@jobcorps.org No phone calls will be accepted. Please email Miss Woodall with your intend to come to the walk-thru you must be put on the list at the front gate if you want to attend thank you
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/adams/WLD2013044/listing.html)
- Place of Performance
- Address: 3300 Fort Meade Road, Laurel, Maryland, 20724, United States
- Zip Code: 20724
- Zip Code: 20724
- Record
- SN03237537-W 20131122/131120234130-180ef6fd0055a31b0e0e5548b5516ce6 (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 |