SOLICITATION NOTICE
P -- Building Demolition, Parcel 15 (104 Maple Street, Lots 1,2, and 3) and Parcel 16 (72 Maple Street) in Derby Line, Vermont - Derby House Demolition Scope of Work, May 1, 2015 - Derby House Demolition Combined Synopsis/Solicitation - Vermont - Department of Labor Wage Determination under Service Contract Labor Standards
- Notice Date
- 6/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
- ZIP Code
- 02222-1077
- Solicitation Number
- GS-01-P-15-BW-C-7000
- Point of Contact
- Alexandria L. Kelly, Phone: 617-565-5724, Kathryn E. Thomas, Phone: 617-565-8826
- E-Mail Address
-
alexandria.kelly@gsa.gov, kathryn.thomas@gsa.gov
(alexandria.kelly@gsa.gov, kathryn.thomas@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Department of Labor Wage Determination under the Service Contract Labor Standards Wage Determination No.: 20052537, Vermont Statewide (http://www.wdol.gov/wdol/scafiles/std/05-2537.txt). Synopsis/Solicitation - No. GS-01-P-15-BW-C-7000, Building Demolition, Parcel 15 (104 Maple Street, Lots 1,2, and 3) and Parcel 16 (72 Maple Street) in Derby Line, Vermont Statement of Work (SOW), dated May 1, 2015, that includes building deeds, building floor plans and pictures, field sketch, Hazardous Materials Reports, construction waste plan example, and HSPD12 security requirements Synopsis/Solicitation No. GS01-P-15-BW-C-7000 Building Demolition, Parcel 15 (104 Maple Street, Lots 1,2, and 3) and Parcel 16 (72 Maple Street) in Derby Line, Vermont General Services Administration's Region One Design and Construction Division intends to award a service contract to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide demolition and removal services to the Parcel 15 (104 Maple Street, Lots 1,2, and 3) and Parcel 16 (72 Maple street) in Derby Line, Vermont in accordance with the enclosed Statement of Work (SOW), dated May 1, 2015, that includes building deeds, building floor plans and pictures, field sketch, Hazardous Materials Reports, construction waste plan example, and HSPD12 security requirements, along with the Department of Labor Wage Determination under the Service Contract Labor Standards (http://www.wdol.gov/wdol/scafiles/std/05-2537.txt). This announcement is issued as a combined synopsis/solicitation for commercial items 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. Proposals are being requested and no other solicitation will be issued. This is a Request for Quotation (RFQ) for solicitation number GS01-P-15-BW-C-7000. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200581 effective April 10, 2015 accessed via the internet at https://www.acquisition.gov/far/index.html. This solicitation is a 100% Small Business Setaside in accordance with FAR 19, NAICS code 238910 Site Preparation Contractors, with the associated Small Business Association (SBA) size standard under $15 million average annual receipts per year apply (see http://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). The Contract Line Item (CLIN) is 0001 Demolition of Parcel 15 (104 Maple Street, Lots 1,2, and 3) in Derby Line, Vermont, and Contract Line Item (CLIN) is 0002 Demolition of Parcel 16 (72 Maple street) in Derby Line, Vermont. Bid schedule: 0001, Demolition of Parcel 15 (104 Maple Street, Lots 1,2, and 3) in Derby Line, Vermont, 1 lump sum (LS), Unit Price $, Total $ 0002, Demolition of Demolition of Parcel 16 (72 Maple street) in Derby Line, Vermont, 1 lump sum (LS), Unit Price $, Total $ Demolition and removal shall be completed ninety (90) days from the Notice to Proceed (NTP). Contractor shall attend a pre-demolition meeting prior to receiving the NTP and beginning any work on site. This meeting shall be scheduled between the parties after contract award. The contractor is eligible to submit an invoice at the 50% and 100% completion, upon government inspection and acceptance. Contractors shall pay their employees at least the wages and fringe benefits by occupation code in the attached Department of Labor Service Contract Labor Standards Wage Determination No.: 20052537, Vermont Statewide (http://www.wdol.gov/wdol/scafiles/std/05-2537.txt). The anticipated award will be a Firm Fixed Price Contract based and in accordance with FAR 13.106-1. Offerors are notified that award will be made on the basis of best value. Best value shall be determined by price, technical capability and past performance. To be eligible to receive an award resulting from this RFQ, the offeror must be registered in the System for Award Management (SAM) https://www.sam.gov; is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. No exceptions. All offerors must submit a completed copy of the Offeror's Representations and Certifications, with its offer in accordance with the provision at FAR 52.212-3, Offerors Representations and Certifications -Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via (https://www.sam.gov). If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (https://www.sam.gov); the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-1, Instructions to Offerors-Commercial (April 2014) Submission of Offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall contain the information listed below. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. ● Solicitation Number: ● Time Specified in the Solicitation for Receipt of Offerors: ● Company Name: ● Mailing Address: ● Point of Contact (POC): ● Telephone #: ● Point of Contact (POC) Email Address: ● Technical Description of Service in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, as necessary. ● DUNS#: ● Tax ID#: ● Required Cage Code #: ● Past Performance briefly describe three (2) Similar Size & Scope Projects within the Last Five (5) Years. o Include Company Name, Project Description, Contract Value, Point of Contact, Address, Phone Number ● CLIN Bid Schedule Quotation Price (see above). ● Offeror Representations and Certifications (see above): ● Signature of Offeror North American Industry Classification System (NAICS) code is 238910 Site Preparation Contractors, and the associated Small Business Association (SBA) size standard is under $15 million average annual receipts per year. Receipt of Quotations: In order to be considered for award, offers must be received no later than June 29, 2015, at 2:00 pm E.D.T. Offerors must submit an electronic and/or hardcopy quote (if larger than 25MB). Electronic Proposal: Date & Time : June 29, 2015, 2:00 pm E.D.T. Points of Contact: Kathryn E. Thomas & Alexandria L. Kelly Email: kathryn.thomas@gsa.gov and alexandria.kelly@gsa.gov The electronic submission must be less than 25MB and be sent in a timely manner to be received prior to June 29, 2015, at 2:00PM. EDT. Hardcopy Proposal: Date & Time: June 29, 2015, 2015, 2:00 pm E.D.T. Point of Contact: Kathryn E. Thomas & Alexandria L. Kelly Address: GSA, PBS, D&C, 10 Causeway Street, 11th Floor, Boston, MA 0222 Authorized Representatives: The following individuals are designated as the authorized GSA representatives under this Solicitation: Contracting Officer: Kathryn E. Thomas, (617) 5658826, Kathryn.thomas@gsa.gov Contract Specialist: Alexandria L. Kelly, (617) 5655724, Alexandria.kelly@gsa.gov FAR 52.2371 Site Visit (April 1984): Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit will be conducted by appointment only. The date and time will be posted on FBO at a later date. Any questions about this solicitation and/or questions arising from the site visit shall be put in writing and emailed directly to Kathryn Thomas, Contracting Officer, at kathryn.thomas@gsa.gov, with a copy to Alexandria Kelly, Contract Specialist, at alexandria.kelly@gsa.gov. FAR & GSAR Provisions and Clauses: The following FAR provisions and clauses can be viewed through Internet access at http://www.acquisition.gov/far/html/FARTOCP52.html. In Accordance with FAR 52.2521 and FAR 52.2522, the following provisions and clauses are incorporated by reference or by full text (see prescription for use): ● FAR 52.202-1 Definitions ● FAR 52.204-1 Approval of Contract ● FAR 52.204-3 Taxpayer Identification ● FAR 52.204-6 Data Universal Numbering System (DUNS) Number ● FAR 52.204-7 System for Award Management. ● FAR 52.204-12 Data Universal Numbering System Number Maintenance ● FAR 52.204-13 System for Award Management Maintenance ● FAR 52.204-16 Commercial and Government Entity Code Reporting ● FAR 52.204-18 Commercial and Government Entity Code Maintenance ● FAR 52.204-19 Incorporation by Reference of Representations and Certifications ● FAR 52.209-7 Information Regarding Responsibility Matters ● FAR 52.212-1, Instructions to Offerors-Commercial Items ● FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. ● FAR 52.212-4, Contract Terms and Conditions-Commercial Items. ● FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items., Alternate I and Alternate II o FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation o FAR 52.219-6 Notice of Total Small Business SetAside. o FAR 52.219-28 Post-Award Small Business Program Representation o FAR 52.222-3 Convict Labor o FAR 52.222-17 Nondisplacement of Qualified Workers o FAR 52.222-21 Prohibition of Segregated Facilities o FAR 52.222-26 Equal Opportunity o FAR 52.222-36 Affirmative Action for Workers with Disabilities o FAR 52.222-41 Service Contract Act of 1965 o FAR 52.222-50 Combating Trafficking in Persons o FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving o FAR 52.225-13 Restrictions on Certain Foreign Purchases o FAR 52.232-33 Payment by Electronic Funds Transfer o FAR 52.233-3 Protest After Award o FAR 52.233-4 Applicable Law for Breach of Contract Claim ● FAR 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Opportunity for Construction ● FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ● FAR 52.223-6 DrugFree Workplace ● FAR 52.223-10 Waste Reduction Program ● FAR 52.223-12 Refrigeration Equipment and Air Conditioners ● FAR 52.232-1 Payments ● FAR 52.232-39 Unenforceability of Unauthorized Obligations ● FAR 52.233-1 Disputes ● FAR 52.237-1 Site Visit ● FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation ● FAR 52.237-3, Continuity of Services ● FAR 52.237-4 Payment by Government to Contractor. ● FAR 52.243-1 Changes - Fixed Price Alt I ● FAR 52.244-6 Subcontracts for Commercial Items ● FAR 52.246-13 Inspection-Dismantling, Demolition, or Removal of Improvements. ● FAR 52.249-2 Termination for Convenience of the Government (FixedPrice), Alternate I. ● FAR 52.249-10 Termination for Default - Construction ● FAR 52.252-1 Solicitation Provisions Incorporated by Reference ● FAR 52.252-2 Clauses Incorporated by Reference The following GSAR provisions and clauses can be viewed through Internet access at http://www.acquisition.gov/gsam/current/html/Part552_Sub3.html. In accordance with GSAM 552.102 the following provisions and clauses are incorporated by reference or by full text (see prescription for use): ● GSAR 552.204-9 Personal Identity Verification Requirements ● GSAR 552.21271 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items ● GSAR 552.21272 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to GSA Acquisition of Commercial Items ● GSAR 552.22970 Federal, State, and Local Taxes ● GSAR 552.2321 Payments ● GSAR 552.23225 Prompt Payment ● GSAR 552.23670 Definitions ● GSAR 552.236-75 Use of Premises ● GSAR 552.236-76 Measurements ● GSAR 552.236-80 Heat Attached: ● Statement of Work (SOW), dated May 1, 2015, that includes building deeds, building floor plans and pictures, field sketch, Hazardous Materials Reports, construction waste plan example, and HSPD12 security requirements ● Department of Labor Wage Determination under the Service Contract Labor Standards Wage Determination No.: 20052537, Vermont Statewide (http://www.wdol.gov/wdol/scafiles/std/05-2537.txt).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01-P-15-BW-C-7000/listing.html)
- Place of Performance
- Address: 104 Maple Street & 72 Maple Street, Derby Line, Vermont, 05830, United States
- Zip Code: 05830
- Zip Code: 05830
- Record
- SN03755809-W 20150609/150607233306-2d2f7bc9fbeb87a5272a247eaf154ba9 (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 |