Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2016 FBO #5299
SOLICITATION NOTICE

J -- MV Keywoods Flooring Restoration - Past Performance Survey

Notice Date
5/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-16-Q-0018
 
Archive Date
6/15/2016
 
Point of Contact
Valerie Marshall, Phone: 9015443619
 
E-Mail Address
valerie.marshall@usace.army.mil
(valerie.marshall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Survey 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-16-Q-0018 and is being issued as a Request for Quote. This procurement is 100% Small Business Set-Aside. The associated NAICS code is 238330 with the size standard $15.0 Million. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: SPECIFICATIONS: The U.S. Army Corps of Engineers, Memphis District has a requirement for Flooring Restoration onboard the MV Keywoods. The services shall be provide at USACE Ensley Engineer Yard, 2915 Riverport Road, Memphis, Tennessee, 38109. Services shall be completed within 30 days after contract award. Point of Contact for questions regarding is Andrea Williams (901) 544-3937. SEE PERFORMANCE WORK STATEMENT BELOW CLIN 0001 - Repair and Flooring Restoration on the Motor Vessel Keywoods (Quantity: 1; Unit: job) TOTAL AMOUNT ______________________________ Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to Valerie Marshall at valerie.marshall@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Contractors shall submit quote on company letterhead to include pricing for the requested service, with its total price, delivery date, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management 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 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items: (Price and Past Performance Detailed in Notice to Bidders Below) FAR 52.212-3 Offeror Representation 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 Statues or Executive Orders- Commercial Items (Dev) FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2 Clauses to Incorporate by Reference (HTTP://FARSITE.HILL.AF.MIL) FAR 52.253-1 Computer Generated Forms The following are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev): FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages under Executive Order 13658 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Identification and Valuation DFARS 252.215-7007 Notice of Intent to Re-solicit DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.236-7002, Obstruction of Navigable Waterways, when the contract will involve work near or on navigable waterways DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Wage Determination Number: 2015-2495 - Revision No. 2: dated 12/29/2016 is applicable to this solicitation. REQUIRED INSURANCE (a) As required by the Contract Clause entitled "Insurance-Work on a Government Installation", the Contractor obtain insurance prior to the commencement of work, a certificate or written statement as evidence of the minimum insurance listed below. The Contractor shall procure and maintain such types and amounts of insurance during the entire period of his performance under this contract. The Contractor shall assure that the certificate or written statement is in accordance with required wording indicated in paragraph (b) of the aforementioned Contract Clause. (1) Workmen's Compensation - Amounts required by applicable jurisdictional statutes. (2) Employer's Liability Insurance -- $100,000.00 (3) Comprehensive General Liability Insurance - (No property damage liability insurance is required.) Bodily Injury -- $500,000 per occurrence (4) Comprehensive Automobile Insurance - Bodily Injury -- $200,000 each person $500,000 each accident Property Damage $ 20,000 each accident (b) Certificates of insurance should be submitted to the following address: Contracting Division Memphis District, Corps of Engineers ATTN: Valerie Marshall, RM 665 167 North Main Memphis, TN 38103 Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Tuesday, May 27, 2016 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-16-Q-0018 addressed to Valerie Marshall, Phone (901) 544-3619, Fax (901) 544-3710, email: valerie.marshall @usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code (238330) as indicated in this Solicitation to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220. NOTICE TO BIDDERS A. The following documentation must be submitted with your quote for evaluation 1. Provide pricing for line items above on your company letterhead; include Dun's Number & Cage Code 2. Representations and Certifications 3. All amendments must be acknowledged 4. Past Performance Survey B. Offerors ADDRESS - Prospective Offerors should indicate in the offer, the address to which payment and/or correspondence should be mailed. C. AMENDMENTS PRIOR TO SOLICITATION CLOSING - The right is reserved as the interest of the Government may require, to revise or amend the specifications prior to the date set for quotes. Such revisions and amendments, if any, will be announced by an amendment or amendments to this Request for Quote. If the revisions and amendments are of a nature which requires material changes in quantities or prices bid or both, the date set for opening quotes may be postponed by such number of days as in the opinion of the issuing officer will enable offerors to revise their quote. In such cases, the amendment will include an announcement of the new date for quote response time. D. Required System for Award Management Registration - By submission of a quote, the Offerors acknowledges the requirement that prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this quote. Lack of registration in the SAM database will make an Offeror ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or at: http://www.sam.gov. E. Basis of Award - The Government will award a purchase order, from this combined synopsis/solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Governments' specifications, price and past performance. FAR 52.212-2 Evaluation - Commercial Items: Price - The Government will award a contract, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. Past Performance - A review of past performance will be conducted on this requirement. The quality and delivery classification identified for a supplier in the Past Performance Information Retrieval System Statistical Reporting (PPIRS SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government. This order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and contracts shall be awarded to, responsible contractors. Past failures to perform, apply sufficient tenacity to performance, failure to meet quality requirements, terminations for default and less than satisfactory ratings by the customer will be a significant factor in a determination of unsatisfactory performance. Requesting two past performance questionnaires demonstrating performance of relevant work, to be completed and returned with solicitation. (Past Performance Questionnaire is attached). If offeror has no past performance of this nature, a neutral rating will be given per FAR 15.305(a)(2)(iv). PERFORMANCE WORK STATEMENT (PWS) MV Key Woods Epoxy Flooring Restoration 1. General: This is a non-personnel services contract to provide for the removal of buildup on the existing flooring and replacement with epoxy flooring and clear coat sealant in the galley, 2-staterooms/conference rooms and the pilot house of the MV Key Woods located at USACE Ensley Engineer Yard (EEY), 2915 Riverport Road, Memphis, TN 38109. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the removal of buildup on existing flooring and replacement with epoxy flooring and sealant/clear coat in the galley, 2-staterooms/conference rooms and the pilot house of the MV Key Woods as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: The MV Key Woods is a 3 level marine vessel that is used for towing on the Mississippi River and harbor work at Ensley Engineer Yard. Floors were epoxy coated last year but became damaged because of the lack of a clear coat seal. Removal of built up dirt, grit and grime is required. If it is necessary to grind off the top surface of the epoxy flooring to achieve a clean service, replacement of the removed epoxy material will be necessary to restore the surface texture and a clear coat applied thereafter. 1.3 Objectives: The Contractor shall replace all flooring with epoxy that meets the standard of the specification stated in this performance work statement and seal floor with a clear coat to keep grit and grim from settling into the epoxy. 1.4 Scope: The work consists of providing all labor, specialty tools, and materials necessary to remove and dispose of buildup on existing flooring, level epoxy coat and clear coat seal four floor areas on the MV Key Woods. The Galley area has cooking appliances that cannot be removed. This may require the contractor to work under and around the appliances. The areas under the appliances will require the same coating. The contractor will not be responsible for removing the appliances or furniture from the areas to be coated. 1.5 Period of Performance: The Contractor shall be required to deliver the completed flooring within 30 days after award. If additional time is needed, this must be agreed upon by Contracting Officer's Representative (COR) and contractor. Normal business hours at Ensley Engineer Yard are 0700-1530 Monday through Friday. Contractor hours and start date may be adjusted. If alternate hours are requested, this must be agreed upon by Contracting Officer's Representative (COR) and contractor. 1.6 General Information: The MV Key Woods is located at Ensley Engineer Yard. 1.6.1 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.2 Place of Delivery: The MV Key Woods may be in dry dock at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109, during time of the installation of the epoxy flooring which will require the contractor to transport his/her materials up and down the dry dock stairs to access the vessel. 1.6.3 Site Visit: The Contractor is allowed 1 site visit to look at the floor areas to inspect the necessary preparation that must be done. Contractor will need to schedule site visit with the Contracting Officer Representative and the Contracting Specialist. Contractors will be shown both a vessel in dry dock and one moored along the stringout in order to assess the site conditions. QUALITY ASSURANCE SURVEILLANCE PLAN For MV Key Woods Epoxy Flooring Restoration This Quality Assurance Surveillance Plan (QASP) is provided for the restoration of epoxy flooring on the MV Key Woods at Ensley Engineer Yard, the level of performance expectations and how the designated government personnel will confirm the services provided as acceptable. The methods of surveillance and procedures may change after contract award based on acceptance of the contractor's Quality Control Plan or a partnering agreement which establishes the metrics to be used, or improve contractor performance. The contractor is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. The following table is established to measure compliance of quality assurance: Deliverable Performance Standard Acceptable Quality Level Method/ Frequency Compliance Level The contractor shall remove all dirt, grit and grim until a clean epoxy surface is visible and acceptable. Timeliness, Neatness, Professionalism Full Government Acceptance 100% Inspections The contractor shall provide epoxy flooring as necessary to restore the texture of existing flooring and clear coat sealant for four (4) areas located on the MV Key Woods per Performance Work Statement Timeliness, Neatness, Professionalism Full Government Acceptance 100% Inspections Contractor shall complete performance within 30 days of contract award. Work will be completed on time, unless discussed with COR for agreed extension Not more than 1 failure during contract period Periodic Surveillance The supervisor and/or foreman will be on site at all times Supervisor or foreman present Not more than 1 failure during contract period Periodic Surveillance Compliance Level and Date. This column is used to determine whether the deliverables required meet the Acceptable Quality Level on the QASP. It will be used to provide documentation for deficiencies requiring payment adjustment or other action from the contractor. The compliance block is filled out using a color code (Green, Yellow or Red): • Green = Deliverable required has been met in a satisfactory manner. • Yellow = Deliverable required is not being consistently met satisfactorily; attention is needed in certain areas. • Red = Deliverable is not being met. 1.6.2 Recognized Holidays: The service is not required to be available during Federal holidays. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.3 Hours of Operation: Normal business hours at Ensley Engineer Yard are 0700-1530 Monday through Friday. Contractor hours may be adjusted. If alternate hours are requested, this must be agreed upon by Contracting Officer's Representative (COR) and contractor 1.6.4 Place of Performance: The work will be performed at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. The tow boat may be in dry dock during performance period. 1.6.6 Type of Contract: The government will award a Firm Fixed Price purchase order. 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use, if needed. 1.6.7.2 Key Control N/A 1.6.7.2.1. N/A 1.6.7.2.2. N/A 1.6.7.3 N/A 1.6.8 Special Qualifications: None. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be Andrea Williams, Chief, Civil Engineer. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The following personnel are considered key personnel by the government: Andrea Williams, Chief of Plant Section, Carter Bagley, Assistant Chief of Plant Section, and Paul Wakefield, Master on the MV Key Woods. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 3:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13 Contractor Travel: N/A 1.6.14 Other Direct Costs: None 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 PHASE IN /PHASE OUT PERIOD: N/A PART 2 DEFINITIONS & ACRONYMS 2. Definitions and Acronyms: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial Off the Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The government is responsible for the following: At project completion the Contractor and the Contracting Officer's Representative will make a joint visual inspection of the project. Needed repairs for contractor damage, if found, will be noted and made immediately by the contractor. 3.2 Facilities: If necessary, the government will provide the removal of furniture and some appliances to allow access for existing flooring removal, leveling and epoxy placement. 3.3 Utilities: The Government will provide reasonable utilities at its discretion. 3.4 Equipment: N/A 3.5 Materials: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform flooring cleaning and/or surface grinding to remove dirt, grit, and grim as necessary to restore a clean epoxy flooring surface, disposal of waste, and restoration of epoxy flooring to a textured surface, leveling, and clear coat sealant on the MV Key Woods as defined in this Performance Work Statement except for those items specified as government furnished property and services. 4.2 Secret Facility Clearance: N/A 4.3. Materials: (SEE SCOPE OF WORK IN PART 5) 4.4. Equipment: (SEE SCOPE OF WORK IN PART 5) PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide the cleaning and/or surface grinding as necessary to remove dirt, grit, and grim to restore a clean epoxy flooring surface, disposal of waste, and restoration of epoxy flooring to a textured surface, leveling, and clear coat sealant in the galley, 2-staterooms/conference rooms and the pilot house of the MV Key Woods located at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. 5.2. Task Heading. MV Key Woods Epoxy Flooring Restoration 5.2.1. Scope of Work. SCOPE OF WORK The contractor shall perform the services necessary to remove all dirt, grit and grim and restore a clean epoxy flooring with texture, appropriately leveled and a clear coat sealant and disposal of all waste. Description of product: Floor leveling and Epoxy coating • Existing Epoxy flooring color is Rickles Brown • The leveling compound and Epoxy coating must adhere to the existing epoxy. • Areas to be leveled vary from ¼" to 1" in thickness. • Epoxy coating shall not be less than 1/8" and no more than ¼" thick. • A rubber baseboard that matches the epoxy shall be provided and installed at the bottom all walls where epoxy flooring is applied. Existing baseboards may be reused upon COR approval. • Epoxy Floor must meet Military specifications (MIL-PRF 24613 Type III) • The epoxy coating must meet or exceed the following physical properties: 1. ASTM C-579 Compressive Strength 17,800 PSI after 7 days 2. ASTM C-307 Tensile Strength 7,100 PSI after 7 days 3. ASTM D-2794 Impact Resistant MIL-D24613 No cracking or delamination > 24,000 PSI 4. ASTM C-580 Flexural Strength 10,000 PSI after 7 days 5. ASTM D-2794 Tem. Resistance 150-200 degree F No visible softening, cracking or delaminating 6. ASTM D-2794 Indentation ASTM D-2794 Shall not exceed 1%. 7. ASTM D-2794 Weight 1.2 lbs. /ft. sq. @ 1/8" thickness 8. ASTM C-531 Linear Shrinkage <.02% 9. ASTM D-570 Water Absorption <.2% 10. ASTM D 2240 Hardness @ 14 days Shore D 80 5.2.2 Number of areas to be coated: Galley ~200 Sq. Ft. Leveled, Epoxy Coated, and Sealed with clearcoat Stateroom 1 ~300 Sq. Ft. Leveled, Epoxy Coated, and Sealed with clearcoat Stateroom2/Conf Room ~300 Sq. Ft. Leveled, Epoxy Coated, and Sealed with clearcoat Pilot House ~200 Sq. Ft Leveled, Epoxy Coated, and Sealed with clearcoat Final Inspection All work performed shall be jointly inspected by the Contractor and the Contracting Officer's Representative. Warranty The contractor shall warrant the labor and material from cracking or delaminating under normal working conditions for one year. Safety Requirements Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Robert Shover, Safety Officer, at 901-544-3150. Accident Prevention Program: Prior to work commencement, the contractor's site-specific accident prevention plan is to be reviewed and found acceptable by the designated Government personnel. The US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385-1-1, 15 September 2008, Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. Prior to the project beginning, a safety conference with the corps' representative and safety officer will be held with the contractor's employees. At a minimum, fall, respirator, eye protection, confined space requirements per 29 CFR 1910.120 and 1910.146, and the contractor's site-specific accident prevention plan will be discussed in a pre-start up conference. Accident Investigations and Reporting: Report all accidents immediately to the Contracting Officer or Contracting Officer's Representative (COR). Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective actions to the Contracting Officer, on ENG Form 3394, as soon as possible but no later than two [2] working days following the accident. Implement corrective actions as soon as reasonably possible. Supervisor's Responsibilities: For job related injuries which require medical treatment, a supervisor of the injured employee shall accompany the injured employee to the medical treatment facility and explain the employee's regular duties and the availability of "Light Duty" so the injured employee can return to work as soon as medically possible. Machinery and Mechanized Equipment: All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipment inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. First Aid/CPR Requirements: At least one employee shall be certified in CPR and first-aid pre shift/per site. Proof of certification shall be provided to the COR. Environmental Concerns: The Contractor will be responsible for the following environmental concerns: Contractor is responsible for and must document containment and disposal of all waste generated during the project. Waste must be disposed of in accordance with EPA regulations. No waste of any kind is to enter the lake. If contamination occurs, it will be the contractor's responsibility for immediate remediation. Security Requirements All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks or background investigation and to meet installation/facility access requirements to be accomplished by installation Provost Marshall Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The vendor must ensure that the Candidate has two valid forms of Government issues identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. Contracting Officer /Contracting Officer's Representative Contracting Officer's Representative: The Contracting Officer's Representative, or COR, is appointed by the Contracting Officer as the representative overseeing contractor operations. No instructions of the Contracting Officer's Representative or lack thereof will at any time relieve the Contractor from the responsibility of complying fully with all requirements of statement of work and the contract. The Contracting Officer's Representative is not authorized to waive or alter in any respect any of the terms or requirements of the contract, or to make additional requirements. Contracting Officer: The Contracting Officer is the only Government representative with the authority to bind the Government and make changes to the contract. Any changes to the contract involving an increase or decrease in funds or performance period will be issued by formal contract modification. 5.3. CONTRACTOR MANAGEMENT REPORTING (CMR) : The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS 6. Applicable Publications (Current Editions) The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. 6.1. Compliance Documents The Contractor shall be aware of the following list of Compliance Documents, necessary for successful completion of this requirement. EM-385-1-1 --Army Corp of Engineers, Safety and Health Requirements Manual, 15 Sep 08 6.2 Contractor Submittals The following list of submittals will be provided to the Contracting Officer's Representative as required. Accident Prevention Plan Accident Investigation Forms, as required CPR Certifications MSDS Submissions Accident Investigation Forms, as required The following shall be submitted with the contractor's proposal. • Epoxy Coating and Leveling compound to be used. • PRODUCT DATA a. Selection of colors to choose from b. Manufacturer of the epoxy coating and leveling compound. c. All manufactures specifications and warranty PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7. Attachment/Technical Exhibit List: 7.1. Attachment 1/Technical Exhibit 1 - Performance Requirements Summary TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Acceptable Quality Level (AQL) Method of Surveillance PRS # 1. Removal of all dirt, grit and grim from existing epoxy flooring. Provide all labor, specialty tools, and materials necessary to remove existing flooring, level and epoxy coat all floors. Full Government Acceptance. Random Inspections PRS # 2. The contractor shall provide epoxy flooring, as necessary, and clear coat sealant for four (4) areas located on the MV Key Woods Provide all labor, specialty tools, and materials necessary to remove existing flooring, level and epoxy coat all floors. Full Government Acceptance. Random Inspections PRS # 2 Contractor shall complete performance within 30 days of contract award Contractor shall inform customer of possible problems that would delay performance as soon as possible to Not more than 1 failure during contract period Periodic Surveillance PRS # 3 Contractor shall receive Contracting Officer's approval for any changes in scope and price in advance of performance Contractor shall not proceed with changes or modifications of the contract without the Contracting Officer's approval No deviations allowed Random Inspections PRS #4 The supervisor and/or foreman will be on site at all times Supervisor or foreman present Not more than 1 failure during contract period Periodic Surveillance SPECIAL PROVISIONS, TERMS, CONDITIONS AND INSTRUCTIONS, INCORPORATED BY FULL TEXT 0010 CUSTOMER INSTRUCTIONS "Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer." The customer is responsible for forwarding proof of delivery (SF 1449/DD FORM 1155 or DD 250 or electronic equivalent) signed by a government official to the address located in block 18a. Failure to do so may cause a delay in payment to the contractor. If any items delivered are not in accordance with the contract or purchase order, notify the contracting officer in writing. 0020 WARRANTY UNLESS OTHERWISE STATED, STANDARD COMMERCIAL WARRANTIES APPLY, PLEASE FURNISH A WRITTEN COPY WITH YOUR DELIVERY. 0030 CONTRACTING OFFICERS' E-MAIL ADDRESS/PHONE/FAX NUMBER(S) Valerie.marshall@usace.army.mil, (901) 544 3619 - office, (901) 544-3710 - fax Monica.moody@usace.army.mil, (901) 544-0838 0040 DELIVERY TIMES The following delivery times are established for contactors: 0700-4:00pm, M-T (Monday thru Thursday) 0700-3:00pm, Friday (UNLESS OTHERWISE INSTRUCTED) No deliveries will be accepted on Federal holidays. Call in advance to ensure availability; Matthew Davis (901) 544-3762 or Andrea Williams (901) 544-3937 All vendors shall have a delivery ticket with each delivery. The delivery ticket/Invoice will ensure prompt processing of payment. 0050 DELIVERY INTENT/NOTIFICATION CLAUSE DELIVERY INTENT: It is the contractor's responsibility to notify/coordinate with the Supply Manager a minimum of three (3) days prior to the anticipated date of arrival. Contractor shall provide: 1) Government purchase order number 2) Delivery Point 3.) Carrier name and tracking information/estimated delivery date DELIVERY PARTIAL/COMPLETE: It is the contractor's responsibility to notify the CONTRACTING OFFICE within seven (7) days after a partial/complete delivery of goods. Contractor shall provide 1) Purchase order number 2) Delivery Point/Service Point 3.) Name of the person who accepted delivery and actual date of delivery. 4.) Other information as required by the contracting office The preferred method is via telephone by contacting someone listed in 0040. You may fax the information to also after you've contacted someone listed in 0040. Be sure to include a principle point of contact at your company, telephone number, fax number and e-mail address. 0060 FEDERAL, STATE AND LOCAL TAXES-GOVERNMENTAL ENTITY The U.S. Government is exempt from state sales or use taxes and federal excise taxes. This purchase is not subject to Tennessee State Sales tax per K.A.R. 92-19-77. For additional information contact your local, state, or federal taxing authority. 0070 INSTALLATION PASSES/ACCESS TO Ensley Engineering Yard Contractors should be aware that this is a Government Installation and that all access to this installation is granted by the Memphis District Security Forces. The U.S. Government will not be held liable for any delays or breach of contract caused by refusal of the Memphis District Security Forces. If a gate pass is not granted to a contractor allowing the delivery of goods, execution of warranty support, or performance of services please contact the contracting officer immediately in writing. 0080 BLOCK 18a OF SF 1449, PAYMENT WILL BE MADE BY: USACE FINANCE CENTER 5722 INTEGRITY DRIVE BLDG S-787 MILLINGTON TN 38054-5005 0090 BLOCK 18b OF SF 1449, SUBMIT INVOICES: DESIGNATED BILLING OFFICE: Invoice(s) can be emailed to Finance Center at: CEFC.B1invoices@usace.army.mil USACE FINANCE CENTER 5722 INTEGRITY DRIVE BLDG S-787 MILLINGTON TN 38054-5005 AND USACE - ENSLEY ENGINEER YARD ATTN: MATTHEW DAVIS ADMIN BUILDING 2915 RIVERPORT ROAD MEMPHIS, TN 38109 FAILURE TO MAIL YOUR INVOICE(s) TO THIS ADDRESS MAY DELAY PAYMENT TO EXPEDITE PAYMENT: Please fax your invoice to 901-874-8731 (Designated Billing Office). Invoice(s) must include: (1) Name and address of the Contractor; (2) Invoice date; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-16-Q-0018/listing.html)
 
Place of Performance
Address: USACE Ensley Engineer Yard; 2915 Riverport Road, Memphis, Tennessee, 38109, United States
Zip Code: 38109
 
Record
SN04128989-W 20160527/160525234858-21142cf01b193eea6c7c7c0780179c1e (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.