COMMERCE BUSINESS DAILY ISSUE OF MARCH 28, 2001 PSA #2817
SOLICITATIONS
99 -- PEST CONTROL -- BIRD DETERRENT NETS
- Notice Date
- March 26, 2001
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
- ZIP Code
- 21207-5279
- Solicitation Number
- SSA-RFP-01-00005
- Response Due
- April 10, 2001
- Point of Contact
- Noreen Pleines, Contract Specialist, Phone 4109659552, Fax 4109669310, Email noreen.pleines@ssa.gov
- E-Mail Address
- Noreen Pleines (noreen.pleines@ssa.gov)
- Description
- The Social Security Administration (SSA) is seeking proposals for the acquisition and installation of bird deterrent nets at various buildings at the Agency's Headquarters complex in Baltimore (Woodlawn), Maryland. This is a combined synopsis/solicitation for commercial items (as defined by FAR 2.101) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested; however, a written request for proposals will not be issued. This acquisition is subject to FAR Subpart 13.5 regarding the application of simplified acquisition procedures. This is a 100% small business set-aside, issued as Request for Proposals Number SSA-RFP-01-0005. Proposals submitted from other than small business sources will be rejected. All responsible small business sources may submit a proposal, which shall be considered. The NAICS code is 561710. The small business size standard is $5 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. Proposals in response to this RFP shall be submitted by 3:00 p.m. local prevailing time, April 10, 2001. OBJECTIVE: The objective of the contract is to acquire and have installed bird deterrent nets on exterior and interior surfaces at the Agency's Main Complex Operations Building, West High Rise (WHR) and National Computer Center (NCC) that will provide for the permanent exclusion of infesting the structures (primarily by pigeons and sparrows.) Contract work includes all labor, materials, equipment, safety equipment, warranty coverage, and continued maintenance plan necessary to meet the requirements set forth herein. No existing deterrent systems exist. Practices/equipment designed to kill, maim, or cause serious bodily harm to animals coming in contact with the netting may not be used in performance of the contract. SPECIFICATIONS/ DESCRIPTION: Nets shall be a 34" mesh. All metal mounting hardware (cable, fasteners, turnbuckles, eyebolts, etc.) which will be exposed to the elements shall be made from stainless steel. All other metal mounting hardware may be galvanized. Any holes drilled into waterproofed surfaces shall be sealed to maintain waterproofing. All nets shall be stretched tight without any sagging inside the cables. Nets shall be installed as follows: 1) Install net on the opening over the skylight between the penthouse and the WHR to allow access for window cleaning (refer to Exhibit 1). (It is anticipated that the netting will either be "rolled back" or "slid" for window cleaning); 2) Install net at the loading dock just below the pipes in the "GSA" loading dock area, providing zipper openings to maintain the garage door motors, lights and heaters (Exhibit 2); 3) Install nets in level "A" and "B" garages in the WHR and provide zipper openings to maintain the garage door motors, lights, and heaters (Exhibits 3 & 4); and 4) Install net in the NCC loading dock, providing zipper openings to maintain the garage door motors, lights and heaters (Exhibit 5). Nets shall not be noticeable from normally viewed distances. All installed nets shall not interfere with or impede any building operation systems or block/interfere with any building egress points. HEATERS: Galvanized hardware cloth (19 gauge, 1/2" mesh) shall be installed around ceiling heaters. Hardware cloth should extend at least 12" past the edge of the heaters in the West Building Garages "A" and "B" (there are (11) 16" x 14" heaters in both garages) and the GSA Loading Dock heaters (there is (1) 30" round heater and (2) 30" x 24" heaters.) In the NCC Loading Dock the cloth should extend a minimum of 18" beyond the edges of the heaters (there are (11) 48" heaters.) The contractor shall not use any Government ladders, carts, dollies, containers, compactors, trash receptacles, or any other equipment in performance of this contract. Arrangements may be made to allow the contractor to store nets and a lift on the premises. Premises are supplied with water and electrical services for the contractor's use. The contractor shall at all times maintain good housekeeping practices. All work areas shall be swept clean and all scrap materials, rubbish, and trash shall be removed daily. WARRANTY: Netting material, framing and installation services shall be warranted for a period of at least 3 years. All warranties are based on the date of acceptance of the final installation phase by the Government. CONTINUED MAINTENANCE PLAN (CMP): The contractor shall submit a CMP tailored to the deterrent system installed to the Project Officer within 30 calendar days after award. The CMP should include a detailed description of the inspection process (which shall include an assessment of the entire system), the criteria used to determine the need for repair/alternation, and a repair response plan for damage identified. All recommendations for repair/alternation shall be submitted in writing to the Project Officer for approval before any work is ordered or performed. The contractor shall provide at least one (1) inspection during the first six months following acceptance by the Government of the final installation phase (at no additional cost to the Government.) Inspections during Option Years I through IV will be on an as-needed basis. In addition, the Government may order unscheduled/emergency repair services on an as-needed basis. GOVERNMENT RESPONSIBILITES: The Government will be responsible for clean up of the bird droppings and nest removal both prior to and after installation. APPROXIMATE DIMENSIONS OF WORK SITES: Level "A" garage-60,512 sq. ft; Level "B" garage-70,180 sq ft; WHR Roof Skylight-22,500 sq ft; "GSA" loading dock-2,817 sq ft; NCC loading dock-8,730 sq ft. The Government's estimates for the required square footage are based on total "wall-to-wall" distances. The contractor will be allowed to visit the site to obtain accurate measurements upon award of the contract. The accuracy of the measurements at this point becomes the responsibility of the contractor. WORKING HOURS: All work shall be performed between the hours of 6:00 p.m. to 6:00 a.m. Monday through Friday with the exception of the work on the skylight, which can be done between the hours of 6:00 a.m. and 6:00 p.m. Work in the garages may be performed on weekends and Federal holidays beginning at 6:00 a.m. Work in any area at any time other than those cited herein must be approved by the Project Officer. All work areas must be ready for operation by 6:00 a.m. the following work day. If the work impacts building occupants, the Project Officer has the right to ask the work to be performed at another time. SUBMITTALS: The Contractor shall submit a schedule of work to the Project Officer within 10 calendar days following award. Within ten (10) calendar days prior to the start of the job the contractor shall provide the Project Officer with Material Safety Data Sheets for any chemicals that will be used in performance of the work. A copy of any accident report which the contractor/subcontractors submit to insurance carriers shall be forwarded to the Project Officer as soon as possible but no later than seven (7) calendar days after the date of the accident. If required, requests for burn permits must be submitted to the Project Officer at least 3 federal workdays prior to work being done. HAZARDOUS MATERIALS: The Contractor shall bring to the Project Officer's attention any material suspected of being hazardous that may be encountered during execution of the work. The use of asbestos containing materials is not permitted. The contractor is responsible for removing and disposing of all chemicals off site. POST AWARD MEETING: Within five (5) federal work days following award of the contract, the contractor shall meet with appropriate Government personnel in order to discuss implementation of the work to be performed. The contractor shall be prepared to discuss in detail the measures to be taken in order to control any hazardous conditions associated with the work to be performed under this contract. SECURITY CLEARANCES: Contractor personnel who require access to SSA facilities shall be required to undergo a background investigation, which will be conducted by the Government. Such investigation shall require that contractor employees submit a statement of personal history. Non-U.S. citizens shall be required to provide a photocopy of their work authorization permit and Social Security card. Accordingly, the contractor should select only those persons who are likely to meet the suitability requirements in order to reduce the likelihood that employee(s) will be found unsuitable and not be allowed to work under the contract. The Government shall have and exercise full and complete control over granting, denying, withholding or terminating clearances for contractor employees. Forms for background investigations will be made a part of the resultant contract. EMPLOYEE IDENTIFICATION: Contractor employees shall be required to wear a Government-furnished identification badge while on Federal property. EMPLOYEE CONDUCT: While on Government premises, contractor personnel shall comply with all rules, regulations and procedures governing the conduct of personnel and the operation of the Federal facility, including Occupant Emergency Programs. PARKING: Unlimited on-site parking is available (registration of vehicles required.) REGULATIONS: All work must comply with all local, state and federal regulations including the Occupational Safety and Health Administration Standards (29 CFR 1910 and 1926) and with all local and state building and construction codes and all applicable provisions. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall provide and maintain effective protection for all adjacent surfaces against damage or defacement resulting from work under this contract. The Contractor shall be responsible for repair/replacement of any existing materials or surfaces damaged during installation. PERIOD OF PERFORMANCE: All work shall be completed within 180 calendar days from the date of award. The total duration of the contract shall not exceed 60 months. TERMS AND CONDITIONS: The provisions of FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (Aug 2000) are incorporated by reference. INSURANCE: FAR 52.228-5 (Jan 1997) [at a minimum, the Contractor shall maintain the coverage required by FAR 28.307-2]; FAR 52.212-5 applies as follows: (a)(1) and (2); (b)(1), (5), (7) [Services (except construction) At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.]; (11), (12), (13), (14), (15), (17), (20), (24); (c) (1), (2) [fill-in See Exhibit 6] (3); (d); (e). Additional clauses are incorporated by Exhibit 6. INSTRUCTIONS FOR SUBMITTING OFFERS: At a minimum, offerors shall submit the following: completed SF1449; separate pricing page; representations and certifications; technical literature; product samples; and past performance information, all as specified herein. Offers which fail to include all required information may be rejected without further consideration. The provisions at FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000) are incorporated by reference. Offerors shall follow the instructions set forth therein. Special attention is directed to the following paragraphs: (b) Standard Form 1449 shall be used for the submission of offers; (b)(4) At a minimum, technical description/literature shall address the nets, support cables, and anchors. Any other product components shall also be identified; (b)(5) specifically addresses the terms of the warranty; (b)(10) All information required by this paragraph shall be submitted. Past performance information should be limited to current projects and/or projects completed within the past 3 years; (b)(11) does not apply; (c) Period of acceptance for offers -60 calendar days; (d) Offerors shall submit samples of all materials to be installed, including but not limited to, anchors to support cables, cable (stainless steel), and nets; (e) does not apply; (h) does not apply; (i) does not apply; (j) The information required by this paragraph shall be submitted. Completed Representations and Certifications as required by FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2001) Alternate III (October 2000) shall be submitted with the offer (1original copy of the reps and certs). EVALUATION CRITERIA: Award will be made on a best value basis taking into account the following factors: technical acceptability, past performance, and price. The Government may award to other than the lowest priced offer based on a trade-off among these factors. For evaluation purposes it is assumed that 1 inspection will occur in each of the option years and 16 hrs of on-call services will be ordered in each year of contract performance. AWARD: A written contract or notice of award mailed or otherwise furnished to the successful offeror within the timeframe for acceptance of offers shall result in a binding contract without further action by either party. ATTACHMENTS: There are 7 exhibits and 3 attachments: Exhibits 1 through 5 Installation Diagrams; Exhibit 6 Additional Terms and Conditions; Exhibit 7 Wage Determination 94-2247. Attachment 1-SF1449; Attachment 2-Contract Pricing Page; Attachment 3 Representations and Certifications. All are available on the Federal Business Opportunities (Feb Biz Opps/FBO) website. If you are reading this in the CBD, you must download the exhibits and attachments from the FBO.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=SSA-RFP-01-00005&L=2422)
- Record
- Loren Data Corp. 20010328/99SOL003.HTM (D-085 SN50H396)
| 99 - Miscellaneous Index
|
Issue Index |
Created on March 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|