|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1997 PSA#1847U.S. Department of Energy Albuquerque Operations Office Contracts and
Procurement Division P.O. Box 5400 Albuquerque NM 87185-5400 S -- RESURFACE AND PAINT AL FACILITIES, INTERIOR AND EXTERIOR. SOL
RP04-97AL87203 DUE 060697 POC Point of Contact: Norma G. Alfaro
505-845-5518. Contracting Officer: Mary-Lynn C. Hartford 505-845-4661.
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 to be issued. Proposals are being
requested from interested firms. A written solicitation will not be
issued by the Government. Responses should reference Request for
Proposal No. DE-RP04-97AL87203. This CBD solicitation incorporates the
provisions and clauses that are in effect through Federal Acquisition
Circular 90-45 and 52.219-6 -- Notice of Total Small Business
Set-Aside. The recommended Standard Industrial Classification (SIC)
Code for this procurement is 1721 with a corresponding size of $7.0
million. Firms responding should indicate whether or not they are small
business, small women-owned business, small disadvantaged business, or
8(a) business, in accordance with the referenced SIC Code. The
Department of Energy, Albuquerque Operations Office (DOE/AL), seeks
sources which can perform all work related to general painting. The
Contractor shall provide all labor, material, tools, and equipment to
perform all work related to general painting for areas located at the
DOE/AL complex located at -H- and Pennsylvania Streets, Kirtland Air
Force Base, Albuquerque, NM and other facilities that DOE/AL employees
occupy to include: the Transportation Safeguards Division Courier
Section, located on -- -F- and the NCO bypass; the Central Training
Academy, located on Manzano Base; the Energy Training Complex, located
on Gibson and Maxwell S.E.; and the Child Care Facility, located on
Pennsylvania and -M- street. The Contractor shall provide surface
preparation and painting services to support minor renovations of
existing areas (not associated with construction projects) at the AL
Complex. Painting in general will be to repaint existing areas that are
in need of paint; shall use appropriate materials to repair existing
holes and other defects to prepare all surface for consistent finish;
shall use a semi-gloss latex paint for all walls, ceilings, and
interior surfaces (specified as Rainier White or equivalent). Doors and
windows will require an enamel paint, unless otherwise noted on each
call order. Method of painting (spraying, rollers, pads, or brushwork)
will be left up to the contractor; however, the contractor is
responsible for quality of work and any damage resulting from method of
painting used. Contractor shall provide adequate protection for all
items in the environment to include furniture, light fixtures, personal
effects, carpet, flooring, etc. Contractor will not be responsible for
removing pictures or other personal fixtures from the walls to be
painted. The Contractor will be responsible for removing and replacing
items such as light switch and outlet cover plates, drapes, mini
blinds, shelves, and any other non-personal items that may hinder paint
finish. Typical surfaces to be painted are existing interior concrete
masonry unit walls, plaster and drywall surfaces, concrete
superstructure, metal stairwell handrails, wood and metal doors, and
wood surfaces. Trim work will be limited to window sashes, sills,
frames, and doorways; however other minor miscellaneous areas may be
required. A separate cost estimate shall be prepared for all trim work
per each call order, if specified as a requirement. The majority of
work is anticipated to be offices and other interior building surfaces.
It is anticipated that there will be a requirement of 25,000 square
feet of interior painting per year. If exterior paint work is
requested, the contractor shall prepare a cost associated with exterior
work for ground level, and for heights above 12 feet (not to exceed 3
stories high). Painting in general shall consist of not more than 1
coat primer and 2 coats paint on both interior and exterior work. If
more specific requirements are called for, the contractor shall provide
an estimate for additional costs. Contractor must respond within 2
working days of call order. Weekend work maybe required. Contractor
shall be responsible for meeting safety requirements. The safety
regulations are outlined in OSHA 29CFR1910 and 29CFR1926. A Government
safety representative will be available to assist in the clarification
of requirements necessary to perform the work. Escort Service: For
under one hour the floating escort at the North Guard Gate may be
utilized. For escort service that is required for over one hour, a DOE
contact will be called for scheduling purposes. This request must be
submitted no later than twenty-four (24) hours prior to the start of
work. If this schedule is not met, the escort service will grant a one
(1) hour grace period and after that time the escort will be canceled.
Delivery destination is DOE/AL, Kirtland AFB, East, Albuquerque, New
Mexico 87116. Only those vendors who can furnish the specific services
will be considered. This is an -All or None- solicitation and
contractors must propose on all specifications. The provisions at FAR
52.212-2, Evaluation -- Commercial Items, apply to this acquisition.
Proposals will be evaluated on the basis of lowest overall price.
Offers shall be evaluated using the square footage criteria as stated
elsewhere in this solutation. Please include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and Certifications
-- Commercial Items, with offer. Copies of this provision may be
obtained by contacting the Contract Specialist, Norma Alfaro at (505)
845-5518. The FAR clauses at FAR 52.212-4, Contract Terms and
Conditions -- Commercial items, and at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items apply to this acquisition. Under FAR 52.212-5,
paragraph (b) or (c), the Contracting Officer has indicated that the
following clauses are incorporated by reference: FAR 52.329-14,
Limitation on Subcontracting; FAR 52.222-26, Equal Opportunity; FAR
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;
FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act -- -
Supplies; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43,
Fair Labor Standards Act and Service Contract Act -- Price Adjustment.
Only/written responses/proposals to this synopsis/solicitation shall
be accepted and must be mailed to the attention of Norma Alfaro, at the
address listed herein by June 6, 1997, not later than 4:00 P.M. All
responsible sources shall submit a fixed priced proposal priced by
square footage. Materials shall be cost reimburseable and identified on
each call order. The Government intends to award on the responses
received as a result of this CBD notice and without discussions;
however, this does not preclude the Government from having discussions
if it is in the best interest of the Government to do so. (0134) Loren Data Corp. http://www.ld.com (SYN# 0109 19970516\S-0007.SOL)
S - Utilities and Housekeeping Services Index Page
|
|