COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS
C -- TITLE III INSPECTION SERVICES
- Notice Date
- January 30, 2001
- Contracting Office
- USDI, National Park Service, Southwest Support Office, P.O. Box 728, Santa Fe, New Mexico, 87504-0728
- ZIP Code
- 87504-0728
- Solicitation Number
- RP1253000067
- Response Due
- March 6, 2001
- Point of Contact
- Tammy K. Gallegos, Contracting Officer, 505-988-6085
- E-Mail Address
- tammy_gallegos@nps.gov (tammy_gallegos@nps.gov)
- Description
- The anticipated contract will be an indefinite delivery indefinite quantity contract for one base year and four option years with a minimum order limitation of $5,000.00, not to exceed $1,000,000.00 for the five year anticipated term. The National Park Service is soliciting a minimum of two individuals or firms to provide field inspection services for a variety of construction projects throughout the southwestern USA (Arizona, New Mexico, Texas, Oklahoma, and Colorado). Firms desiring consideration should submit Standard Form SF-254 and SF-255, and any other appropriate data in Numbered Note 24. Only firms which respond to this synoposis by submitting the required Standard Forms shall be considered. All firms who have standing SF-254's and SF-255's on file in our office must respond to this announcement with current SF-254's and SF-255's. Individual SF-254's and SF-255's shall also be submitted for firms being considered along with the prime firm. This is NOT a request for proposal. This acquisition is open to small and large business in accordance with PL 100-656. If the apparent successful offeror is a large business, it will be required to submit a sub-contracting plan which will seperate percentage goals for utilizing small business and small disadvantaged business concerns as sub-contractors. The work may include, but may not be limited to; inspection of aboveground and underground utilities (gas, electric, water, sewer, etc.), frame and masonry building construction, building utility systems, road construction or repair, and may involve minor engineering survey work to verify vertical and horizontal location of construction work. Firms desiring consideration will be required to have the expertise and inclination to inspect the erection, repair, coating, or re-coating of elevated water reservoirs. This will require that an individual be suspended from the top of structures as much as 150 feet tall for the purpose of inspecting erection work, sand blasting, and coating procedures. Successful firms shall provide their own confined entry and safety equipment that can be used in conjunction with construction contractors equipment and facilities. All equipment shall be certified by OSHA. The successful bidders shall also provide their own transportation. The work may involve extended stays at remote locations in, or near, the parks in which the work is taking place. Responsibilities shall include but may not be limited to: 1. Perform day-to-day inspection of the work. 2. Maintain a daily log of the work performed by the contractor. 3. Inspect materials for conformance with the specifications. 4. Obtain and verify certified payrolls. 5. Conduct random wage standards interviews. 6. Report unacceptable, or non-conforming work to the Contracting Officer, or his/her representative. 7. Quantify amounts of work completed and recommend acceptance of progress payments requests. 8. Provide technical assistance to the Contracting Officer, or his/her technical representative. 9. Advise the Contracting Officer, or his/her technical representative, when a contract modification is required and assist in estimating costs, time extensions, and justification. 10. Report any damage to government property. 11. Conduct minor engineering surveys to assure conformance of the work with planned dimensions and elevations. 12. Take photographs and keep detailed notes for marking up a set of as-constructed drawings. The significant evaluation factors listed in relative order of importance are: (1)The firms must be capable of presenting evidence of past performance experience in Title III Inspections Services, including expertise and experience with the erection, repair, coating, or re-coating of elevated water reservoirs which may require individual suspension from the top of structures approximately 150 feet. (2)Firms must be capable of presenting the number, variety, and complexity of projects in which inspections services were provided. (3)Firms must be able to present evidence pertaining to the amount of training they possess regarding field inspection work, contract administration and procedures and in specific trades involved in construction work. Formal education may be included to the extent that it relates to construction and field inspection. (4)Volume of work previously awarded the firm when combined with this project will not significantly affect the objective of the National Park Service. Firms are invited to submit a letter of interest and completed Standard Forms 254 and 255 for each firm and this project. Responces must be received on or before March 6th, 2001 at the address indicated above in order to be considered for selection. See numbered Note 25 giving consideration to the requirements of the announcement.
- Record
- Loren Data Corp. 20010201/CSOL004.HTM (W-030 SN50C319)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on January 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|