Combine Solicitation – MOKUPAPAPA DISCOVERY CENTER PAINTING PROJECT
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: MOKUPAPAPA DISCOVERY CENTER PAINTING PROJECT
Classification Code: 99 - Miscellaneous
Solicitation Number: AB133C-14-RQ-1219
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 96720
Place of Performance Country: US
Description:
Western Region Acquisition Division
ITEM 0001 PRIMARY NAICS CODE 238320 INTERIOR PAINTING - 8,000 SQ. FT REQUIRED FOR MOKUPAPAPA DISCOVERY CENTER -
Location:
Painting: Contractor shall provide all labor, equipment and materials necessary to accomplish work detailed in the attached Statement/Scope of Work, included as an attachment, to complete the project for the NOAA PMNM - Papa.
There will be no travel or reimbursable expenses.
Period of Performance: Date of Award to
MAGNITUDE OF CONSTRUCTION: Less than
Price Schedule Notes: Item Number 0001 shall include all salaries, overhead, G&A, fringe benefits, insurance, bonding, profit, travel, and materials to include all subcontracting costs. Offeror(s) must submit pricing for the line item in the above schedule. Travel expenses will not be reimbursed. Failure to quote in this manner may result in quote rejection.
KEY: JB=Job
1. TYPE OF CONTRACT The Government contemplates award of a firm-fixed-price construction contract.
2. This solicitation for construction and any resulting contract is subject to Federal Acquisition Regulation (FAR) Part 36, Construction and Architect-Engineer Contract. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular Number 2005-76 effective
3. FAR 52.252-4 ALTERATIONS IN CONTRACT (
PART I - SOLICITATION INSTRUCTIONS & REQUIREMENTS
PROJECT TITLE:
PROJECT LOCATION:
GENERAL: The prime contractor may share bidding materials with subcontractors and suppliers as necessary; however, all questions shall be submitted by the prime contractors on behalf of its subcontractors and suppliers.
STATEMENT OF WORK: The contractor shall provide all labor, tools, equipment, materials and supplies necessary to perform the work identified in the Statement of Work (SOW) and specifications.
CONTRACT SPECIFIC TERMS AND CONDITIONS:
A. Construction Magnitude. The magnitude of construction for this project is: [X ] Less than
B. Bid Bond: A Bid Guarantee IS NOT required in accordance with FAR 52.228-1. C. Payment and Performance Bonds ARE NOTrequired in accordance with FAR 28.102-2. D. FAR Clause 52.228-13, Alternative Payment Protections (
CONTRACT SPECIFIC TERMS AND CONDITIONS: A. Caution: No oral statements made by the contract parties or other interested parties will take precedence over the written terms and conditions of the solicitation or resultant award.
B. Questions Regarding the Solicitation and Project: Shall be submitted in writing to
C. Furthermore, all questions shall be submitted by the prime contractor(s) on behalf of their subcontractor(s) and supplier(s) to the contract Specialist. Questions submitted by subcontractors and/or suppliers directly to the contract specialist will be rejected and not answered.
D. Quotation Date: Quotes are to be submitted via email to the assigned contract specialist/contracting officer by the date and time indicated on Page 2 of this form.
E. Quote Acceptance Period: Offers providing less than 30 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.
PERIOD OF PERFORMANCE: Date of Award to
SUBMITTALS: 1. Submittals shall be sent to Contracting Officer and Contracting Officer's Representative (COR). Submittals shall be accepted by the COR. 2.
PART II- CONSTRUCTION CLAUSES (FIXED-PRICE) UPDATED THROUGH FAC 2005-76 Effective
FAR 52.252-2
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:
https://www.acquisition.gov/far/index.html
(End of Clause)
CLAUSE NUMBER TITLE DATE 52.204-9 Personal Identity Verification of Contractor Personnel
Commerce Acquisition Regulation (CAR) CLAUSES INCORPORATED BY REFERENCE
1352.201-70 Contracting Officer's Authority
FAR 52.211-10 Commencement, Prosecution and Completion of Work (
The Contractor shall be required to (a) commence work under this contract within 7 calendar days after the date the Contractor receives the notice-to-proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 150 working days after the date the contractor receives the notice-to-proceed. The time stated for completion shall include final cleanup of the premises.
(End of Clause)
FAR 52.211-12 Liquidated Damages - Construction (
(b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.
(End of Clause)
FAR 52.216-1 Type of Contract (
(a) Definitions. As used in this clause-
Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.
Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/.
(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the re-representation was completed:
The Contractor represents that it __ is, __ is not a small business concern under NAICS Code ______________ assigned to contract number (to be determined at time of award).
[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) FAR 52.222-8 Payrolls and Basic Records (
(a) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found, under paragraph (d) of the clause entitled Davis-Bacon Act, that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.
(b)(1) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Contracting Officer. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29CFR 5.5(a)(3)(1), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include individually identifying number for each employee (e.g.; the last four digits of the employees social security number). The required weekly payroll may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. The Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Contracting Officer, the Contractor, or the Wage and Hour Division of the
"Component" means an article, material, or supply incorporated directly into a construction material.
"Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material.
"Cost of components" means- (3) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the construction material (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (4) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means- (1) An unmanufactured construction material mined or produced in
"
(b) Domestic preference. (1) This clause implements the Buy American Act (41 U.S.C. 10a - 10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act is waived for construction material that is a COTS item (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows: The following articles have been determined to be nonavailable in accordance with FAR 25.104: Acetylene, black Agar, bulk Anise Antimony, as metal or oxide Asbestos, amosite, chrysotile, and crocidolite Bauxite Bephenium hydroxynapthoate
None________________________________________________ [Contracting Officer to list applicable excepted materials or indicate "none"] (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that- (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American Act to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in
Foreign and Domestic Construction Materials Price Comparison Construction Material Description Unit of Measure Quantity Price (Dollars)* Item 1: Foreign construction material _______ _______ _______ Domestic construction material _______ _______ _______ Item 2: _______ _______ _______ Foreign construction material _______ _______ _______ Domestic construction material [List name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary.] [Include other applicable supporting information.] [* Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).]
FAR 52.228-13 Alternative Payment Protections (
(a) The Contractor shall submit one of the following payment protections: - Irrevocable Letter of Credit - Payment Bond - Certificate of Deposit
(b) The amount of the payment protection shall be 100 percent of the contract price.
(c) The submission of the payment protection is required within seven (10) calendar days of contract award.
(d) The payment protection shall provide protection for the full contract performance period plus a one-year period.
(e) Except for escrow agreements and payment bonds, which provide their own protection procedures, the Contracting Officer is authorized to access funds under the payment protection when it has been alleged in writing by a supplier of labor or material that a nonpayment has occurred, and to withhold such funds pending resolution by administrative or judicial proceedings or mutual agreement of the parties.
(f) When a tripartite escrow agreement is used, the Contractor shall utilize only suppliers of labor and material that signed the escrow agreement.
(End of clause)
FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
(b) The use in this solicitation or contract of any FAR, or CAR (48 CFR 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
CAR 1352.201-70 Contracting Officer's Authority (
The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price.
CAR 1352.201-72 Contracting Officer's Representative (COR) (
(a) (TO BE ASSIGNED AT AWARD BY SEPARATE LETTER is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at:
TO BE ASSIGNED AT AWARD BY SEPARATE LETTER
(b) The responsibilities and limitations of the COR are as follows:
(1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract.
(2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor.
(End of clause)
CAR 1352.209-73 Compliance with the Laws (
The contractor shall comply with all applicable laws, rules and regulations, which deal with or relate to performance in accord with the terms of the contract.
(End of clause)CAR 1352.209-74 Organizational Conflict of Interest (
(a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and
(2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both.
(c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest.
(d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract.
(e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights.
(f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk.
(g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause)
CAR 1352.228-70 Insurance Coverage (
Pursuant to the FAR Clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below:
(a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable federal and state workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least
(b) General Liability.
(1) The Contractor shall have bodily injury liability insurance coverage written on the comprehensive form of policy of at least
(2)
(c) Automobile Liability. The Contractor shall have automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in
(e) Vessel Liability. When contract performance involves use of vessels, the Contractor shall provide vessel collision liability and protection and indemnity liability insurance as determined by the Government. (End of clause)
CAR 1352.228-72 Deductibles Under Required Insurance Coverage - Fixed Price (
When the Government is injured, wholly or partially, as a result of the contractor's actions and such actions are covered by the insurance required by CAR Clause 1352.228-70, Insurance Coverage, the Government is entitled to recover from the contractor the full amount of any such injury attributable to the contractor, regardless of a deductible. The Contracting Officer may offset the amount of recovery against any payment due to the contractor.
(End of clause)
CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts (
(a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the
(b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - Special Agency Check (SAC)
(c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - National Agency Check and Inquiries (NACI)
(d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an
(e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within
(1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting.
(2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the
(1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from
CAR 1352.246-70 Place of Acceptance (
(a) The Contracting Officer or the duly authorized representative will perform inspection and acceptance of supplies and services to be provided under this contract.
(b) The place of acceptance will be:
(End of clause)
Utilities The contractor is authorized to use the Government's utilities during the performance of this contract.
Definitions
For purposes of this solicitation, the terms Offer, Offeror, or Offerors are synonymous with the terms Quote, Quoter, or Quoters.
Safety Requirements and Accident Reporting
The Contractor shall perform work in a safe manner as required by the
In addition, an Accident Prevention Plan stating that the contractor is in compliance with all safety procedures and applicable regulations - to include proper outfitting and provision of safety equipment - shall be provided to the Contracting Officer and COR within 10 calendar days after contract award.
LIST OF DELIVERABLES/SUBMITTALS
DELIVERABLE OCCURRENCE DELIVER TO SOLICITATION SECTION CAR 1352.228.70 Insurance Documentation Prior to receipt of the Notice to Proceed CO CAR 1352.237-71 Security Processing Per clause 1352.237-71. COR See Safety Requirements and Accident Reporting Accident Reporting Verbally within 1 hour of each occurrence. COR See Safety Requirements and Accident Reporting Accident Prevention Plan Within 10 calendar days after contract award. CO/COR
General Decision Number: HI140001
Superseded General Decision Number: HI20130001
State:
Construction Types: Building, Heavy (Heavy and Dredging), Highway and Residential
Counties: Hawaii Statewide.
BUILDING CONSTRUCTION PROJECTS; RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories); HEAVY AND HIGHWAY CONSTRUCTION PROJECTS AND DREDGING
Modification Number Publication Date 0
ASBE0132-001
Rates Fringes
Rates Fringes
BOILERMAKER......................
Rates Fringes
BRICKLAYER Bricklayers and Stonemasons.
Rates Fringes
Tile, Marble & Terrazzo Worker Terrazzo Base Grinders......
Rates Fringes
Carpenters: Carpenters; Hardwood Floor Layers; Patent Scaffold Erectors (14 ft. and over); Piledrivers; Pneumatic Nailers; Wood Shinglers and Transit and/or Layout Man...........
Rates Fringes
Rates Fringes
Electricians: Cable Splicers..............
Rates Fringes
Rates Fringes
ELEVATOR MECHANIC................
a. VACATION: Employer contributes 8% of basic hourly rate for 5 years service and 6% of basic hourly rate for 6 months to 5 years service as vacation pay credit.
b. PAID HOLIDAYS:
---------------------------------------------------------------- ENGI0003-002
Rates Fringes
Diver (Aqua Lung) (Scuba)) Diver (Aqua Lung) (Scuba) (over a depth of 30 feet)...
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Fork Lift (up to and including 10 tons); Partsman (heavy duty repair shop parts room when needed).
GROUP 2: Conveyor Operator (Handling building material); Hydraulic Monitor; Mixer Box Operator (Concrete Plant).
GROUP 3: Brakeman; Deckhand; Fireman; Oiler; Oiler/Gradechecker; Signalman; Switchman; Highline Cableway Signalman; Bargeman; Bunkerman; Concrete Curing Machine (self-propelled, automatically applied unit on streets, highways, airports and canals); Leveeman; Roller (5 tons and under); Tugger Hoist.
GROUP 4: Boom Truck or dual purpose "A" Frame Truck (5 tons or less); Concrete Placing Boom (
GROUP 5: Asphalt Plant Fireman; Compressors, Pumps, Generators and Welding Machines ("Bank" of 9 or more, individually or collectively); Concrete Pumps or Pumpcrete Guns; Lubrication and Service Engineer (Grease Rack); Screedman.
GROUP 6: Boom Truck or Dual Purpose "A"Frame Truck (over 5 tons); Combination Loader/Backhoe (up to and including 3/4 cu. yd.); Concrete Batch Plants (wet or dry); Concrete Cutter, Groover and/or Grinder (self-propelled unit on streets, highways, airports, and canals); Conveyor or Concrete Pump (Truck or Equipment Mounted); Drilling Machinery (not to apply to waterliners, wagon drills or jack hammers); Fork Lift (over 10 tons); Loader (up to and including 3 and 1/2 cu. yds); Lull High Lift (under 40 feet); Lubrication and Service Engineer (Mobile); Maginnis Internal Full Slab Vibrator (on airports, highways, canals and warehouses); Man or Material Hoist; Mechanical Concrete Finisher (Large Clary,
GROUP 7: Crusher Plant Engineer, Dozer (D-4, Case 450,
GROUP 8: Asphalt Plant Operator; Barge Mate (Seagoing); Cast-in-Place Pipe Laying Machine; Concrete Batch Plant (multiple units); Conveyor Operator (tunnel); Deckmate; Dozer (D-6 and similar); Finishing Machine Operator (airports and highways); Gradesetter; Kolman Loader (and similar); Mucking Machine (Crawler-type); Mucking Machine (Conveyor-type); No-Joint Pipe Laying Machine; Portable Crushing and Screening Plant; Power Blade Operator (under 12); Saurman Type Dragline (up to and including 5 yds.); Stationary Pipe Wrapping, Cleaning and Bending Machine; Surface Heater and Planer Operator, Tractor (D-6 and similar);
GROUP 9: Combination Mixer and Compressor (gunite); Do-Mor Loaderand Adams Elegrader; Dozer (D-7 or equal); Wheel and/or Ladder Trencher (over 6 feet and 200 to 749 h.p.).
GROUP 9A: Dozer (D-8 and similar); Gradesetter (when required by the Contractor to work from drawings, plans or specifications without the direct supervision of a foreman or superintendent); Push Cat; Scrapers (up to and including 20 cu. yds); Self-propelled Compactor with Dozer; Self-Propelled, Rubber-Tired Earthmoving Equipment (up to and including 20 cu. yds) (621 Band and similar); Sheep's Foot; Tractor (D-8 and similar); Tractors with boom (larger than D-6, and similar).
GROUP 10: Chicago Boom; Cold Planers; Heavy Duty Repairman or Welder; Hoist and/or Winch (3 drums); Hydraulic Skooper (Koehring and similar); Loader (over 6 cu. yds. up to and including 12 cu. yds.); Saurman type Dragline (over 5 cu. yds.); Self-propelled, rubber-tired Earthmoving Equipment (over 20 cu. yds. up to and including 31 cu. yds.) (637D and similar); Soil Stabilizer (P & H or equal); Sub-Grader (Gurries or other automatic type); Tractors (D-9 or equivalent, all attachments); Tractor (Tandem Scraper); Watch Engineer.
GROUP 10A: Boat Operator; Cable-operated Crawler Crane (up to and including 25 tons); Cable-operated Power Shovel, Clamshell, Dragline and Backhoe (up to and including 1 cu. yd.); Dozer D9-L; Dozer (D-10, HD41 and similar) (all attachments); Gradall (up to and including 1 cu. yd.); Hydraulic Backhoe (over 3/4 cu. yds. up to and including 2 cu. yds.); Mobile Truck Crane Operator (up to and including 25 tons) (Mobile Truck Crane Driver Required); Self-propelled Boom Type Lifting Device (Center Mount) (up to and including 25 tons) (Grove, Drott, P&H, Pettibone and similar; Trencher (over 6 feet and 750 h.p. or more); Watch Engineer (steam or electric).
GROUP 11: Automatic Slip Form Paver (concrete or asphalt); Band Wagon (in conjunction with Wheel Excavator); Cable-operated Crawler Cranes (over 25 tons but less than 50 tons); Cable-operated Power Shovel, Clamshell, Dragline and Backhoe (over 1 cu. yd. up to 7 cu. yds.); Gradall (over 1 cu. yds. up to 7 cu. yds.); DW-10, 20, etc. (Tandem); Earthmoving Machines (multiple propulsion power units and 2 or more Scrapers) (up to and including 35 cu. yds.," struck" m.r.c.); Highline Cableway; Hydraulic Backhoe (over 2 cu. yds. up to and including 4 cu. yds.); Leverman; Lift Slab Machine; Loader (over 12 cu. yds); Master Boat Operator; Mobile Truck Crane Operator (over 25 tons but less than 50 tons); (Mobile Truck Crane Driver required); Pre-stress Wire Wrapping Machine; Self-propelled Boom-type Lifting Device (Center Mount) (over 25 tons m.r.c); Self-propelled Compactor (with multiple-propulsion power units); Single Engine Rubber Tired Earthmoving Machine (with Tandem Scraper); Tandem Cats; Trencher (pulling attached shield).
GROUP 12: Clamshell or Dipper Operator; Derricks; Drill Rigs; Multi-Propulsion Earthmoving Machines (2 or more Scrapers) (over 35 cu. yds "struck"m.r.c.); Operators (Derricks, Piledrivers and Cranes); Power Shovels and Draglines (7 cu. yds. m.r.c. and over); Self-propelled rubber-tired Earthmoving equipment (over 31 cu. yds.) (657B and similar); Wheel Excavator (up to and including 750 cu. yds. per hour); Wheel Excavator (over 750 cu. yds. per hour).
GROUP 12A: Dozer (D-11 or similar or larger); Hydraulic Excavators (over 4 cu. yds.); Lifting cranes (50 tons and over); Pioneering Dozer/Backhoe (initial clearing and excavation for the purpose of providing access for other equipment where the terrain worked involves 1-to-1 slopes that are 50 feet in height or depth, the scope of this work does not include normal clearing and grubbing on usual hilly terrain nor the excavation work once the access is provided); Power Blade Operator (Cat 12 or equivalent or over); Straddle Lifts (over 50 tons); Tower Crane, Mobile; Traveling Truss Cranes; Universal, Liebher, Linden, and similar types of Tower Cranes (in the erection, dismantling, and moving of equipment there shall be an additional Operating Engineer or Heavy Duty Repairman);
GROUP 13: Truck Driver (Utility, Flatbed, etc.)
GROUP 13A: Dump Truck, 8 cu.yds. and under (water level); Water Truck (up to and including 2,000 gallons).
GROUP 13B: Water Truck (over 2,000 gallons); Tandem Dump Truck, over 8 cu. yds. (water level).
GROUP 13C: Truck Driver (Semi-trailer. Rock Cans, Semi-Dump or Roll-Offs).
GROUP 13D: Truck Driver (Slip-In or Pup).
GROUP 13E: End Dumps, Unlicensed (Euclid, Mack,
BOOMS AND/OR LEADS (HOURLY PREMIUMS):
The Operator of a crane (under 50 tons) with a boom of 80 feet or more (including jib), or of a crane (under 50 tons) with leads of 100 feet or more, shall receive a per hour premium for each hour worked on said crane (under 50 tons) in accordance with the following schedule:
Booms of 80 feet up to but not including 130 feet or Leads of 100 feet up to but not including 130 feet 0.50 Booms and/or Leads of 130 feet up to but not including 180 feet 0.75 Booms and/or Leads of 180 feet up to and including 250 feet 1.15 Booms and/or Leads over 250 feet 1.50
The Operator of a crane (50 tons and over) with a boom of 180 feet or more (including jib) shall receive a per hour premium for each hour worked on said crane (50 tons and over) in accordance with the following schedule:
Booms of 180 feet up to and including 250 feet 1.25 Booms over 250 feet 1.75
---------------------------------------------------------------- ENGI0003-004
Rates Fringes
Dredging: (Boat Operators) Boat Deckhand...............
CLAMSHELL OR DIPPER DREDGING CLASSIFICATIONS
GROUP 1: Clamshell or Dipper Operator. GROUP 2: Mechanic or Welder; Watch Engineer. GROUP 3: Barge Mate; Deckmate. GROUP 4: Bargeman; Deckhand; Fireman; Oiler.
HYDRAULIC SUCTION DREDGING CLASSIFICATIONS
GROUP 1: Leverman. GROUP 2: Watch Engineer (steam or electric). GROUP 3: Mechanic or Welder. GROUP 4: Dozer Operator. GROUP 5: Deckmate. GROUP 6: Winchman (Stern Winch on Dredge) GROUP 7: Deckhand (can operate anchor scow under direction of Deckmate); Fireman; Leveeman; Oiler.
DERRICK CLASSIFICATIONS
GROUP 1: Operators (Derricks, Piledrivers and Cranes). GROUP 2: Saurman Type Dragline (over 5 cubic yards). GROUP 3: Deckmate; Saurman Type Dragline (up to and including 5 yards). GROUP 4: Deckhand, Fireman, Oiler.
---------------------------------------------------------------- ENGI0003-044
Rates Fringes
Power Equipment Operators (PAVING) (10) Cold Planer............
Rates Fringes
Ironworkers:.....................
Rates Fringes
Laborers: Driller.....................
LABORERS CLASSIFICATIONS
Laborer I: Asbestos Removal Worker (
Laborer II: Air Blasting; Appliance Handling (job site) (after delivery and unloading in storage area); Asphalt Plant Laborer; Backfilling, Grading and all other labor connected therewith; Boring Machine; Bridge Laborer; Burning of all debris (crates, boxes, packaging waste materials); Chainman, Rodmen, and Grade Markers; Cleaning and Clearing of all debris; Cleaning, clearing, grading and/or removal for streets, highways, roadways, aprons, runways, sidewalks, parking areas, airports, approaches, and other similar installations; Cleaning or reconditioning of streets, ways, sewers and waterlines, all maintenance work and work of an unskilled and semi-skilled nature; Cleanup of Grounds and Buildings (other than "Light Clean-Up") (Janitorial Laborer); Clean-up of right-of-way; Clearing and slashing of brush or trees by hand or mechanical cutting; Concrete Bucket Tender (Groundman) hooking and unhooking of bucket; Concrete Forms; moving, cleaning, oiling and carrying to the next point of erection of all forms; Concrete Products Plant Laborers; Conveyor Tender (conveying of building materials); Cribbers, Shorer, Lagging, Sheeting, and Trench Jacking and Bracing, Hand-Guided Lagging Hammer Whaling Bracing;
---------------------------------------------------------------- LABO0368-002
Rates Fringes
Landscape & Irrigation Laborers GROUP 1.....................
LABORERS CLASSIFICATIONS
GROUP 1: Installation of non-potable permanent or temporary irrigation water systems performed for the purposes of Landscaping and Irrigation architectural horticultural work; the installation of drinking fountains and permanent or temporary irrigation systems using potable water for Landscaping and Irrigation architectural horticultural purposes only. This work includes (a) the installation of all heads, risers, valves, valve boxes, vacuum breakers (pressure and non-pressure), low voltage electrical lines and, provided such work involves electrical wiring that will carry 24 volts or less, the installation of sensors, master control panels, display boards, junction boxes, conductors, including all other components for controllers, (b) and metallic (copper, brass, galvanized, or similar) pipe, as well as PVC or other plastic pipe including all work incidental thereto, i.e., unloading, handling and distribution of all pipes fittings, tools, materials and equipment, (c) all soldering work in connection with the above whether done by torch, soldering iron, or other means; (d) tie-in to main lines, thrust blocks (both precast and poured in place), pipe hangers and supports incidental to installation of the entire irrigation system, (e) making of pressure tests, start-up testing, flushing, purging, water balancing, placing into operation all irrigation equipment, fixtures and appurtenances installed under this agreement, and (f) the fabrication, replacement, repair and servicing oflandscaping and irrigation systems. Operation of hand-held gas, air, electric, or self-powered tools and equipment used in the performance of Landscape and Irrigation work in connection with architectural horticulture; Choke-setting, signaling, and rigging for equipment operators on job-site in the performance of such Landscaping and Irrigation work; Concrete work (wet or dry) performed in connection with such Landscaping and Irrigation work. This work shall also include the setting of rock, stone, or riprap in connection with such Landscape, Waterscape, Rockscape, and Irrigation work; Grubbing, pick and shovel excavation, and hand rolling or tamping in connection with the performance of such Landscaping and Irrigation work; Sprigging, handseeding, and planting of trees, shrubs, ground covers, and other plantings and the performance of all types of gardening and horticultural work relating to said planting; Operation of flat bed trucks (up to and including 2 1/2 tons).:
GROUP 2. Layout of irrigation and other non-potable irrigation water systems and the layout of drinking fountains and other potable irrigation water systems in connection with such Landscaping and Irrigation work. This includes the layout of all heads, risers, valves, valve boxes, vacuum breakers, low voltage electrical lines, hydraulic and electrical controllers, and metallic (coppers, brass, galvanized, or similar) pipe, as well as PVC or other plastic pipe. This work also includes the reading and interpretation of plans and specifications in connection with the layout of Landscaping, Rockscape, Waterscape, and Irrigation work; Operation of Hydro-Mulching machines (sprayman and driver), Drillers, Trenchers (riding type, Davis T-66, and similar) and fork lifts used in connection with the performance of such Landscaping and Irrigation work; Tree climbers and chain saw tree trimmers, Sporadic operation (when used in connection with Landscaping, Rockscape, Waterscape, and Irrigation work) of Skid-Steer Loaders (Bobcat and similar), Cranes (Bantam, Grove, and similar), Hoptos, Backhoes, Loaders, Rollers, and Dozers (Case,
GROUP 3: Maintenance of trees, shrubs, ground covers, lawns and other planted areas, including the replanting of trees, shrubs, ground covers, and other plantings that did not "take" or which are damaged; provided, however, that re-planting that requires the use of equipment, machinery, or power tools shall be paid for at the rate of pay specified under
---------------------------------------------------------------- LABO0368-003
Rates Fringes
Underground Laborer GROUP 1.....................
GROUP 1: Watchmen; Change House Attendant. GROUP 2: Swamper; Brakeman; Bull Gang-Muckers, Trackmen; Dumpmen (any method); Concrete Crew (includes rodding and spreading); Grout Crew; Reboundmen
GROUP 3: Chucktenders and Cabletenders; Powderman (Prime House); Vibratorman, Pavement Breakers
GROUP 4: Miners - Tunnel (including top and bottom man on shaft and raise work); Timberman, Retimberman (wood or steel or substitute materials thereof); Blasters, Drillers, Powderman (in heading); Microtunnel Laborer; Headman; Cherry Pickerman (where car is lifted); Nipper; Grout Gunmen; Grout Pumpman & Potman; Gunite, Shotcrete Gunmen & Potmen; Concrete Finisher (in tunnel); Concrete Screed Man; Bit Grinder; Steel Form Raisers & Setters; High Pressure Nozzleman; Nozzleman (on slick line); Sandblaster-Potman (combination work assignment interchangeable); Tugger
GROUP 5: Shaft Work & Raise (below actual or excavated ground level); Diamond Driller; Gunite or Shotcrete Nozzleman; Rodman; Groundman
GROUP 6: Shifter
GROUP 7: Shifter (Shaft Work & Raiser)
---------------------------------------------------------------- PAIN1791-001
Rates Fringes
Painters: Brush.......................
Rates Fringes
Glaziers.........................
Rates Fringes
Soft Floor Layers................
Rates Fringes
Taper............................
Rates Fringes
PLASTERER........................
Rates Fringes
Cement Masons: Cement Masons...............
Rates Fringes
Plumber, Pipefitter, Steamfitter & Sprinkler Fitter...
Rates Fringes
Roofers (Including Built Up, Composition and Single Ply)......
Rates Fringes
Sheet metal worker...............
Rates Fringes
Drapery Installer................
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
================================================================
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 (29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union.
Union Identifiers
An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e.,
Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates.
0000/9999: weighted union wage rates will be published annually each January.
Non-Union Identifiers
Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the
Survey wage rates will remain in effect and will not change until a new survey is conducted.
---------------------------------------------------------------- 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
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
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:
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
4.) All decisions by the
END OF GENERAL DECISION Attachments
LIST OF ATTACHMENTS HEREBY MADE A PART OF THIS SOLICITATION AND ANY RESULTANT CONTRACT (AVAILABLE FOR DOWNLOAD AS A SEPARATE LINK ON FEDBIZOPPS.GOV)
Attachment 1 - Statement of Work
PART III - CONSTRUCTION PROVISIONS (FIXED-PRICE) FAR 52.252-1
52.252-5 Authorized Deviations in Provisions. (
(b) The use in this solicitation of any Federal Acquisition Regulation provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) FAR 52.222-5 Davis Bacon Act-Secondary Site of Work (
(a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Davis-Bacon Act, of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work. (End of provision) FAR 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (
(a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation.
(b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:
Goals for Minority Participation for Each Trade Goals for Female Participation for Each Trade 69.1% 6.9%
These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the
(c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed.
(d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance,
(1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed.
(e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is ______________________.
(End of provision)
FAR 52.225-10 Notice of Buy American Act--Construction Materials (
(a) Definitions. "Commercially available off-the-shelf (COTS) item," "construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American Act-Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9).
(b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American Act should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American Act before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer.
(c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested- (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations. CAR 1352.213-71 Instructions for Submitting Quotations Under the Simplified Acquisition Threshold - Non-Commercial (
1. The roofing system installer shall be factory trained, and approved by the TPO manufacturer with a minimum of 5 years of experience in applying TPO roofing. 2. Roofer shall be trained on all safety requirements while working on roofs and shall have a minimum of 5 years of experience.
Quoters must submit at least three examples previous contracts performed that are similar in nature to the requirements (and completed in the past five (5) years). Contracts may include Federal contracts, contracts with state and local agencies and commercial customers. The listing of the previous contracts must contain the firms' name, a point of contact, a telephone number of the contact and an email address.
1352.233-70 AGENCY PROTESTS (
(b) Agency protests filed with the Contracting Officer shall be sent to the following address:
DOC, NOAA, WESTERN ACQUISITION DIVISION ATTN:
MR. BARRY E. BERKOWITZ U.S. DEPARTMENT OF COMMERCE OFFICE OF ACQUISITION MANAGEMENT 1401 CONSTITUTION AVE, NW ROOM 6422
(d) A complete copy of all agency protests, including all attachments, shall be served upon the
U.S. DEPARTMENT OF COMMERCE OFFICE OF THE GENERAL COUNSEL CHIEF, CONTRACT LAW DIVISION ROOM 5893 HERBERT C. HOOVER BUILDING 14TH STREET AND CONSTITUTION AVENUE,
1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (
(a) A protest may be filed with either the
U.S. DEPARTMENT OF COMMERCE OFFICE OF THE GENERAL COUNSEL CHIEF, CONTRACT LAW DIVISION ROOM 5893 HERBERT C. HOOVER BUILDING 14TH STREET AND CONSTITUTION AVENUE,
1352.242-70 POSTAWARD CONFERENCE (
A postaward conference with the successful offeror may be required. If required, the Contracting Officer will contact the contractor within 10 days of contract award to arrange the conference. PART IV - DESCRIPTION / STATEMENT OF WORK
STATEMENT OF WORK Mokupapapa Discovery Center Interior Painting Project Introduction The
The center was constructed to interpret the natural science, culture, and history of the NWHI (Northwestern Hawaiian Islands) and surrounding marine environment. Interactive displays, engaging three-dimentionsional models and educational area allow the visitor to experience the wonder and majesty of theis special ocean region. A 3,500 gallon salt-water aquarium provides a habitat for some of the fishes from Hawaiian reefs. Large and colorful graphic panels with interpretive text in both Hawaiian and English introduce the visitor to the NWHI, its geography, cultural history, and ecology. Beautiful photographs from the NWHI are spread throughout the Center as well as a wall murals by local artists
Objective The objective is to hire an interior painting service for the second floor at the
This contract for services will assist in improving the overall appearance of the facility and will enhance existing exhibit space; provide an additional large training area to host audiences of up to 300 to 400 people. Scope of Work The contractor shall provide all materials, equipment, labor and supervision needed to meet all requirements in the Statement/Scope of Work. All minimum technical requirements must be met in order to be considered technically acceptable.
Minimum Technical Requirements (please mark circle with check or "x" as acknowledgement that item/task can be met):
o Contractor shall provide all Labor, Materials, Equipment, and Supervision to repaint interior facility (approximately 8,000 square feet): o Materials, supplies, equipment and labor for sanding is required o Materials, supplies, equipment and labor for preparation of surfaces is required o Materials, supplies, equipment and labor for up to two finishing coats on the interior walls, purlins, rafters and window trims to achieve uniform and complete finish is required. o Contractor will provide surface preparation and interior finishes to
OTHER:
Contractors shall include the number of years of experience in their quote package.
Contractor service area must be clear and free of existing office furniture and exhibits prior to work by NOAA/PMNM staff.
Work will be performed between the hours of
For Emergency Purposes: Areas of Rescue, Emergency Exits and marked emergency pathways must be kept clear and free at all times during normal business hours,
Delivery 1) Contractor must deliver: 1. Deliverable A) Surface Preparation to Suite 202, 203 and 204
* Clean all surfaces to be coated
* Remove all loose or peeling paint
* Caulk all open joints as necessary
* Spackle/Putty all open nail heads, holes etc.
* one coat primer on new walls
* spot primer on other interior walls/beams/frames as necessary 2. Deliverable B) Interior Finishes to Suite 202, 203 and 204 to include:
* Two coats finish all interior walls/beams/trims/perlins/rafters/frames * Contractor must deliver painting service on or before 1/31/15. * Contractor must deliver the service to:
Government -Furnished Property (GFP) There will be no Government-furnished property provided to the Contractor.
IT Security Requirements The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required. The contractor will not have access to any government owned IT equipment or be furnished government privileged information.
Option Years No optional years are required. Inspection and Acceptance Before starting work on any given task under this contract, the contractor will submit a brief plan (including estimated labor, costs and timetable) to make sure that any changes that need to be made from the original contract proposal are agreed upon and clear to all parties. Upon completion of a task, one original and two copies of all invoices shall be submitted to the Contracting Representative (see below). Invoices should have a unique invoice number, contract number, and provide a detailed breakdown of the money spent and work completed.
COR DESIGNATION Stephanie Fisher is hereby designated as the Government's Contracting Officer Representative (COR). In this capacity, this person will inspect and accept services rendered in this contract on behalf of the Government. The COR is located at:
Contracting Officer's Representative (COR):
The responsibilities and limitation of the COR are as follows:
The COR is responsible for the technical aspects of the project and technical liaison with the Contractor. The COR is also responsible for the final acceptance of all reports, and such other responsibilities as may be specified in this contract.
The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes, which affect the contract price, scope of work or terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the prior authorization of the Contracting Officer. The COTR may designate an assistant COR to act for them by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor.
contact for Technical Information and/or Questions:
The responsibilities and limitation of the above designated contact are as follows:
Responsible for the technical aspects of the project and technical liaison with the Contractor and for the final acceptance of all reports and such other responsibilities as may be specified in this contract.
The above designated contact is not authorized to make any commitments or otherwise obligate the Government or authorize any changes, which affect the contract price, scope of work, or terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the above designated contact. No such changes shall be made without the prior authorization of the Contracting Officer. The above designated contact may designate an assistant to act for them by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor.
More Information For more information about the
PART V - CONSTRUCTION REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS (FIXED-PRICE) ***Note: Offeror must complete and return this section with quote. ***
52.204-8 Annual Representations and Certifications (
(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 238320. (2) The small business size standard is
(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or
(C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed
(B) Exceed the simplified acquisition threshold; and
(C) Are for contracts that will be performed in
(B) The provision with its Alternate I applies to solicitations issued by DoD,
(B) If the acquisition value is
(C) If the acquisition value is
(B) For DoD,
FAR Clause # Title Date Change ____________ _________ _____ _______
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of provision) Asbestos Containing Materials Certification
The quoter hereby certifies that no asbestos-containing materials, products or supplies will be delivered to the work site or utilized or installed during the performance of the proposed contract. The quoter also certifies, that if awarded the contract, they will be responsible for the cost of removal of all asbestos-containing materials, products or supplies delivered to the work site or utilized or installed during the performance of the contract, and the cost for remediation of any hazard created.
Quoter's Name: ________________________________________
Authorized Negotiator(s)
The quoter or respondent represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this Request for Offer:
NAME TITLE TELEPHONE NUMBER
Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (
(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-
(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) The Offeror represents that, as of the date of this offer -
(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.
(End of provision)
PART VI - EVALUATION FACTORS FOR AWARD
CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (
The Government will issue a contract resulting from this request for quotation to the responsible quoter whose quotation results in the lowest price technically acceptable (LPTA) to the Government. The following factors will be used to evaluate quotations:
1) Personnel Qualifications. N/A
(2) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully meet all minimum technical requirements as listed in the SOW.
(3) Past Performance. N/A
(4) Price. Price quotations must generally adhere to the pricing structure established in the Price Schedule of the solicitation (i.e. lump sum for job). The Offeror is required to offer a quote on all items (Item 0001 only). The Offeror's price quote must be based on the Offeror's own technical quote, and the Government's Scope/Statement of Work.
AWARD BASIS
Award shall be based on Technical Approach/Capability and the Lowest-Priced quote.
--End of Part VI--
### End of Request-for-Quote ###
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133C-14-RQ-1219/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 19485 |
Combine Solicitation – 95– Rail Spanners
Special Notice – 99– Request for Information (RFI) and Invitation for Industry Day, Medical Simulation Support Services (MS3)
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News