COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS
Z -- Z -- ROOF REPLACEMENT=20
- Notice Date
- November 14, 2001
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401
- ZIP Code
- 80401
- Solicitation Number
- RFQRMAST02-014
- Response Due
- November 30, 2001
- Point of Contact
- Robert Ribail, Contract Specialist, Phone 303-275-5223, Fax 303-275-5453, Email rribail@fs.fed.us -- Sharon Krenek, Procurement Technician, Phone 303-275-5260, Fax 303-275-5453, Email smkrenek@fs.fed.us
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ RMAST-02-014 and this solicitation is issued as a Request for Quote. (RFQ). The North American Industrial Classification System is 235610 and the small business size standard is no more than 7 million dollars. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-01. USDA Forest Service intends to issue a contract (SF1449) for removal and disposal of existing metal roof at the Frenchburg Job Corp. Job will include installation of a new metal roof to match the existing roof per manufacturer's recommendation. Verify that existing roof is a 24 gauge steel standing seam roof. The roof area is approximately 11,500 square feet; however, the contractor is responsible for measuring and using the actual roof dimensions when calculating cost to perform job. Roof shall include gutters, down spouts and drip edge and all roof penetrations will be flashed. Upon completion contractor shall issue at least a 10 year warranty and a 2 year workmanship warranty. Disposal will be in accordance with all federal, state and local laws.Cost range of this project is between $25,000 and $100,000. The Davis Bacon Act applies to this procurement. Performance shall be FOB Destination Frenchburg Job Corps Center, HCR 68, Box 2170, Mariba, KY 40322, county of Menifee. The Frenchburg Job Corps Center is located in the Daniel Boone National Forest. The Center is near the town of Frenchburg and 50 miles east of Lexington, Kentucky. For directions to center call ph. (606) 768-2111. Contractors wishing to view site may contact Mr. Newton Ross at ph. (606) 768-2111. Required performance is 45 days after receipt of notice to proceed. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this acquisition. Offerors must include a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS . The following clauses also apply to this solicitation: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. In addition, the following are applicable: FAR 203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, ALTERNATE I and FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER -- DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. The following construction clauses are also required: FAR 52.222-3 CONVICT LABOR, FAR 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT -- OVERTIME COMPENSATION, FAR 52.222-6 DAVIS BACON ACT, FAR 52.222-7 WITHOLDING OF FUNDS, FAR 52.222-8 PAYROLLS AND BASIC RECORDS, FAR 52.222-9 APPRENTICES AND TRAINEES RECORDS, FAR 52.222-10 COMPLIANCE WITH COPELAND ACT REQUIREMENTS, FAR 52.222-11 SUBCONTRACTS (LABOR STANDARDS), FAR 52.222-13 COMPLIANCE WITH DAVIS BACON AND RELATED ACT REGULATIONS, FAR 52.222-14 DISPUTES CONCERNING LABOR STANDARDS, FAR 52.228-13 ALTERNATE PAYMENT PROTECTION AND FAR 52.228-14 IRREVOCABLE LETTER OF CREDIT. Contractor will obtain the kinds of insurance which are ordinary and customary in the area where performance will take place. Facsimile quotes will be accepted and shall be addressed to F. Robert Ribail, Contracting Officer, FX (303) 275-5299. The due date and time for receipt of quotes is 2:00 p.m. Mountain Standard Time on November 30, 2001. All quotes must reference the solicitation number and the due date for receipt of quotes. In addition to this, each quote must contain the name, address and telephone number of the offeror as well as any discount terms that are offered and the remit to address (if different from the mailing address). If offer is not submitted on Standard Form 1449, it must include a statement specifying the extent of agreement with all terms and conditions of this solicitation. Any quote that rejects the terms and conditions of this solicitation or do not include the certifications and representations contained in FAR 52.212-3 may be excluded from consideration. All quotes must hold their prices firm for 60 calendar days from the due date specified for receipt of quotes. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each quoter. Any quote or modifications to quotes received after the specified due date for receipt of quotes will not be considered. The Government will award a contract resulting from this solicitation to a responsible quoter whose quote conforms to the solicitation and is considered most advantageous to the Government. Discounts for early payment, if offered, will not be considered in the evaluation for award. Award will be made on the basis of low overall price. Quoters shall specify business size and classification as required in FAR 52.212-3. All clauses, provisions and forms (SF 1449) referenced in this announcement may be accessed at the following websites: http://www.gsa.gov/far/current and www.access.gpo.gov/davisbacon/. ***** =20 GENERAL DECISION KY010051 03/02/2001 KY51=20 Date: March 2, 2001 General Decision Number KY010051 Superseded General Decision No. KY000051 State: Kentucky Construction Type: BUILDING County(ies): MENIFEE WOLFE BUILDING CONSTRUCTION PROJECTS (Does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 03/02/2001 COUNTY(ies): MENIFEE WOLFE SUKY1083A 08/31/1993 Rates Fringes BRICKLAYERS & BLOCKLAYERS 11.44 CARPENTERS 10.00 CEMENT MASONS & CONCRETE FINISHERS 7.14 ELECTRICIANS 11.10 GLAZIERS 8.58 .20 LABORERS: Unskilled 6.25 Mason Tenders (Brick & Block) 6.50 PAINTERS, Brush 9.86 PLUMBERS (Excluding HVAC) 12.16 POWER EQUIPMENT OPERATORS: Backhoes 8.04 ROOFERS 9.35 TRUCK DRIVERS 6.25 -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- WELDERS -- Receive rate prescribed for craft performing operation to which welding is incidental. =3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D =3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D =3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D=3D Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/FS/82X9/RFQRMAST02-014/listing.html)
- Record
- Loren Data Corp. 20011116/ZSOL013.HTM (D-318 SN513088)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on November 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|