Federal Bid

Last Updated on 20 Jul 2009 at 7 PM
Combined Synopsis/Solicitation
New york New york

lead based paint abatement of a government owned single family house

Solicitation ID 37-08-005
Posted Date 28 Aug 2008 at 3 PM
Archive Date 20 Jul 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office New York State Office
Agency Department Of Agriculture
Location New york New york United states 12986
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) This RFQ is not a Small Business-Small Purchase Set-Aside (52.219-4) PAGE OF 1 PAGES 12 + Exhibits 1. REQUEST NO. 37-08-005 2. DATE ISSUED 7.25.2008 3. REQUISITION/PURCHASE REQUEST No. 4. CERT. FOR NAT. DEF. UNDER BDSA REG.2 AND/OR DMS REG 1 RATING NA 5A. ISSUED BY USDA, Rural Development The Galleries of Syracuse 6. DELIVER BY (DATE) 8.25.2008 441 S. Salina St., Ste. 357 Syracuse, NY 13202 7. DELIVERY FOB OTHER X Destination 0 (See Schedule) 5B. FOR INFORMATION CALL: RICHARD C. BROWER, CONTRACTING OFFICER (315) 477-6406 9. DESTINATION (Consignee and address, including ZIP Code) 8. TO: NAME AND ADDRESS, INCLUDING ZIP CODE RD Specialist Mary Keenan, 315-386-2401, Ext. 4 USDA, Rural Development 1942 Old Dekalb Rd. Canton, NY 13617 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5A ON OR BEFORE Close of Business 8.25.2008 11. BUSINESS CLASSIFICATION (Check appropriate boxes) a. STANDARD INDUSTRIAL b. SMALL BUSINESS CLASSIFICATION CODE______________ SIZE STANDARD _________________ OTHER THAN c. 0 SMALL 0 SMALL 0 DISADVANTAGED 0 WOMEN-OWNED IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter. 12. SCHEDULE (Include applicable Federal, State and local taxes) Item No. (a) SUPPLIES/SERVICES (b) QUANTITY (c) UNIT (d) UNIT PRICE (e) AMOUNT (f) 01 Contractor to provide all materials, labor, tools, supplies transportation, landfill arrangements and other items necessary to complete lead based paint abatement activities which could include wet scraping, replacement, and repainting in a government owned two story single family residence and related outbuildings in accordance with all Federal, State and Local laws. The residence has been inspected for lead based paint and contamination has been found to be present. Copies of the lead inspection results are attached to this RFQ. The contractor (and any subcontractors) must be licensed in the State of New York to do the above services. A copy of the Contractor's current license must be returned with this RFQ. LOCATION: 25 HIGH STREET, TUPPER LAKE, NY. All work to be completed within 90 days of acceptance of the Purchase Order by the contractor. . 13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS % 20 CALENDAR DAYS % 30 CALENDAR DAYS % CALENDAR DAYS % NOTE: Additional provisions and representations 0 are 0 are not attached. 14. NAME AND ADDRESS OF QUOTER (Street, city, county, Sate and ZIP Code) 15. AUTHORIZED SIGNATURE 16. DATE OF QUOTATOIN 17. NAME AND TITLE OF SIGNER (Type or print) 18. TELEPHONE NO. (Include Area Code) NSN 7540-01-152-8085 18-121 STANDARD FORM 18 (REV. 5-93 PREVIOUS EDITION NOT USABLE Prescribed by GSA *U.S. GPO” 1993-300-892/60147 FAR (49 CFR) 53.215-a(a) OBJECTIVE USDA, Rural Development requires the services of a company that is EPA Certified to perform lead hazard control services in New York. The property is an Agency inventory property and all identified lead hazards must be abated in accordance with the Residential Lead-Based Paint Hazard Reduction Act of 1992, commonly known as Title X – HUD Rule 1012 and 1013 of Title X, activated in September 2000. The specific reference is Subpart C -–Disposition of Residential Property Owned by a Federal Agency Other than HUD, which states “the Federal agency shall abate all identified lead-based paint hazards in accordance with 40 CFR 745.227. Abatement is completed when clearance is achieved in accordance with 40 CFR 745.227.” SERVICES AND PRICES PRICE SCHEDULE The Contractor shall provide the following services at the price listed for each job. The quoted prices shall include all wages, indirect costs, travel (mileage), overhead, general and administrative expense, profit, materials, labor, tools, supplies, permits, etc. All items removed from property are to be disposed of in accordance with appropriate regulations and lead hazard based paint requirements. See attached floor layouts (not drawn to scale). LOCATION: 25 High St., Tupper Lake, NY All lead based paint to be removed as listed below. On exterior areas, ground cover will be used to prevent ground contamination. No soil to be removed unless contamination occurs. Signs will be placed indicating that lead based paint removal is being done. Perform specialized cleaning using HEPA vacuum and wet cleaning methods throughout the house. Specification: Rural Development requires the following work: Lead Abatement Scope of Work – 25 High Street, Tupper Lake, NY (formerly Reandeau #9005126551) Property consists of a two-story brick style (main dwelling) and a 1-car detached garage. Several lead based paint hazards were identified on both the main dwelling and garage. 1. MAIN DWELLING: All windows (to include window sills, window casings, jambs, trimwork etc.) in the main dwelling are to be removed and replaced with double-hung vinyl type replacement windows (double-glazed, argon filled with at least R-4 rating, low-end window units-Pella or equal). Approximately 33 windows in all are to be removed/replaced. Interior window trim work is to be replaced with pine trim of equal measurements and left unpainted. Exterior window trim work is to be primed and then painted with at least two coats exterior white paint. Windows and window trim work dimensions are as follows: A. Back porch (sketch suggests 5 windows in all separated by trimwork) Window #1 dimensions 32” x 60” /trim work dimensions 1” thick x 6” wide x 68” @2 pieces & 1” x 6” x 32” @2 pieces Window #2 dimensions 32” x 60” /trim work dimensions 1” thick x 6” wide x 68” @2 pieces & 1” x 6” x 32” @2 pieces Window #3 dimensions 32” x 60” /trim work dimensions 1” thick x 6” wide x 68” @2 pieces & 1” x 6” x 32” @2 pieces Window #4 dimensions 28” x 40” /trim work dimensions 1”thick x 6” wide x 54” @ 2 pieces & 1”x 6”x 28” @ 2 pieces Window #5 dimensions 28” x 40” /trim work dimensions 1”thick x 6” wide x 54” @ 2 pieces & 1”x 6”x 28” @ 2 pieces B. Diningroom (sketch suggests 2 windows side-by-side but separated by trim work) Window #1 dimensions 30”x60” /trim work dimensions 1”thick x 4”wide x 68” @ 2 pieces & 1” x 4” x 30” @ 2 piece Window #2 dimensions 30”x60” /trim work dimensions 1”thick x 4”wide x 68” @ 2 pieces & 1” x 4” x 30” @ 2 piece C. Kitchen (sketch suggests 3 windows side-by-side but separated by trim work) Window #1 dimensions 28” x 40” /trim work dimensions 1”thick x 4” wide x 48” @ 2 pieces & 1”x4”x 28” @ 2 pieces Window #2 dimensions 28” x 40” /trim work dimensions 1”thick x 4” wide x 48” @ 2 pieces & 1”x4”x 28” @ 2 pieces Window #3 dimensions 28” x 40” /trim work dimensions 1”thick x 4” wide x 48” @ 2 pieces & 1”x4”x 28” @ 2 pieces D. Playroom/Livingroom/Common Area (sketch suggests 2 windows side-by-side on wall #2; 1 window on each side of entrydoor-wall #1 and one window on wall 4) Window #1 dimensions 30”x60” /trim work dimensions 1”thick x 4”wide x 68” @ 2 pieces & 1” x 4” x 30” @ 1 piece Window #2 dimensions 30”x60” /trim work dimensions 1”thick x 4”wide x 68” @ 2 pieces & 1” x 4” x 30” @ 1 piece Window #3 dimensions 28” x 40” /trim work dimensions 1”thick x 6” wide x 54” @ 2 pieces & 1”x 6”x 28” @ 2 pieces Window #4 dimensions 28” x 60” /trim work dimensions 1” thick x 6” wide x 76” @2 pieces & 1” x 6” x 28” @ 2 pieces Window #5 dimensions 28” x 60” /trim work dimensions 1” thick x 6” wide x 76” @2 pieces & 1” x 6” x 28” @ 2 pieces Window #6 dimensions 28” x 60” /trim work dimensions 1” thick x 6” wide x 76” @2 pieces & 1” x 6” x 28” @ 2 pieces E. 2nd floor/5 Bedrooms-1Bath/Hallway Window #1 dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #2 dimensions54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #3 dimensions 30”x 60” /trim work dimensions 1”thick x 4”wide x 68” @ 2 pieces & 1” x 4” x 30” @ 1 piece Window #4 dimensions 30” x 60” /trim work dimensions 1”thick x 4”wide x 68” @ 2 pieces & 1” x 4” x 30” @ 1 piece Window #5 dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #6 dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #7 dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #8 dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #9 dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #10 dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #11dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #12dimensions 54”x 64” /trim work dimensions 1” thick x 4” wide x 72 @2 pieces & 1” x 4” x 54” @ 2 pieces Window #13 dimensions 28” x 52” /trim work dimensions 1” thick x 4” wide x 60” @2 pieces & 1” x 4” x 30” @ 2 pieces Window #14 dimensions 28”x 52” /trim work dimensions 1” thick x 4” wide x 60” @2 pieces & 1” x 4” x 30” @ 2 pieces Window #15 dimensions 28” x 32” /trim work dimensions 1” thick x 4” wide x 40” @2 pieces & 1” x 4” x 28” @ 2 pieces Window #16 dimensions 34” x 68” /trim work dimensions 1” thick x 4” wide x 78” @2 pieces & 1” x 4” x 34” @ 2 pieces Window #17 dimensions 34” x 68” /trim work dimensions 1” thick x 4” wide x 78” @2 pieces & 1” x 4” x 34” @ 2 pieces $___________________________ 2. MAIN DWELLING EXTERIOR TRIM WORK: The eaves, soffits and fascia boards on the 1st and 2nd floor of the main dwelling are to be removed and replaced with new eaves, soffits and fascia boards on both levels. Main dwelling circumference dimensions are noted below. The 2nd floor level has approximately the same dimensions as the 1st floor level. Main dwelling dimensions 41’ X 28’ taken from ground level (will cover fascia boards/soffits) Eaves Soffitt : 1” thick X 2’ deep (approx. depth and thickness measurements) Fascia : 1” thick X 8” high $___________________________ 3. FRONT PORCH ENTRY-WAY DOOR: Remove and install new door, to include trim work/casings/door jambs. Door is to be replaced with exterior steel door. Exterior trim work is to be primed and painted with two coats premium quality exterior white paint. Interior trim work is to be left unpainted. Approx. door/trim work dimensions are as follows: Door: 36” X 82” Trim work 4 pieces @ 1” thick x 4” wide x 94” long 2 pieces @ 1” thick x 4” wide x 88” long $___________________________ 4. REAR PORCH ENTRY-WAY DOOR: Remove and install new door, to include trim work/casings/door jambs. Door is to be replaced with exterior steel door. Exterior trim work is to be primed and painted with two coats premium quality exterior white paint. Interior trim work is to be left unpainted. Approx. door/trim work dimensions are as follows: Door: 32” x 80” Trim work 2 pieces @ 1” thick x 4” wide x 84” long 1 piece @ 1” thick x 4” wide x 32” long $___________________________ 5. SIDE DOOR (RIGHT SIDE OF MAIN DWELLING): Remove and install new door, to include trim work/casings/door jambs. Door is to be replaced with exterior steel door. Exterior trim work is to be primed and painted with two coats good quality exterior white paint. Interior trim work is to be left unpainted. Approx. door/trim work dimensions are as follows: Door: 32” x 80” Trim work: 2 pieces @ 1” thick x 4” wide x 84” long 1 piece @ 1” thick x 4” wide x 32” long $___________________________ 6. KITCHEN WALLS: All walls in the kitchen are to be removed with new sheetrock installed on all four walls. Sheetrock seams/joints are to be taped and filled with joint compound, sanded and made ready for painting. Walls are to be left unpainted. Approximate wall dimensions are as follows: Wall #1 dimensions 22’ x 8 Wall #2 dimensions 14’ x 8’ Wall #3 dimensions 14’ x 8’ Wall #4 dimensions 7’ x 8’ $___________________________ 7. 2ND FLOOR BATHROOM: Remove and replace entire bathroom ceiling approximately 44 sq. foot in size (6’ x 7’4”). Install new ceiling covering (Sheetrock Brand ½” thick water resistant sheetrock). Sheetrock seams/joints are to be taped and plastered with joint compound, sanded to a smooth finish and painted with one coat interior water-resistant primer and two coats water-resistant medium-high gloss white interior paint. $_______________________ 8. GARAGE: The two back wall window casings/sills/trimwork are to be removed and replaced, with two new replacement windows being installed (double-hung vinyl type replacement windows double-glazed, argon filled with at least R-4 rating, low-end window units-Pella or equal). Window trim-work is to be replaced with standard sized pine trim work with both interior/exterior trim work being primed and painted with two coats premium quality exterior white paint. Window #1-back wall 2’ 4” X 4’6” Window #2-back wall 2’4” X 4’6” $___________________________ 9. GARAGE: Garage front-wall overhead door frame-work is to be completely removed and replaced with new framework. A new overhead door is not to be installed (only the framework). Frame work is to be primed and painted with two coats premium quality exterior white paint. Front wall 2@ 8’ X 4” 1@ 9’ X 4” $___________________________ 10. GARAGE: Garage fascia boards/soffits are to be removed and replaced with new fascia boards/soffits. Fascia boards/soffits for all 4 sides 20’ X 17’ (overall garage dimensions) Soffits are 18” and fascia board is 5”. $___________________________ 11. GARAGE ROOF: Damaged sections of the garage roof are to be removed and replaced with new roof decking to match thickness of existing roof decking. The entire roof is to be re-shingled with 20 year black shingles. Damaged Roof 560 sq. ft. (approx measurements for damaged sections only) $___________________________ 12. SOIL ABATEMENT: The soil around the main dwelling and detached garage driplines needs to be abated. Soil around the drip line(s) is to be removed to a depth no less than 6-8 inches . Once soil is removed, replace soil with bark/mulch to a depth no less than 8-10 inches. Prior to installing bark/mulch, all walks, driveways, lanes and any streets adjacent to the excavation area should be cleaned of all contaminated soil. All loose soil is to be scraped, washed and wet-swept from the above mentioned surfaces. 20’ X 17’ (garage dimensions) 41’ X 28’ (main dwelling dimensions) $___________________________ Workers must follow removal requirements as listed under Abatement 24 CFR 35.120(b). Safe Work Practices 24 CFR 35.1350, Worksite Preparation and Containment 24 CFR 35.1345, Worksite Clean up 24 CFR 35.1350(c) and Clearance Examination 24 CFR 35.1340. In those areas where soil is removed, replacement topsoil, mulch or similar material will be brought in its place. Contaminated soil, debris, containment materials and lead dust will be properly disposed of using a method that is acceptable to EPA and HUD. Work will be completed using lead safe work practices to the extent that clearance is achieved. Final payment will be made once the reassessment report states that all lead hazards have been abated. TOTAL COST $____________* *CONTRACTOR IS TO COMPLETE. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT In the performance of the required tasks previously outlined, the Contractor may encounter unforeseen additional work. In this regard, and as set forth in the clause entitled “Changes and Changed Conditions”, made a part of this purchase order (contract), the Contractor is further required to: 1. If necessary, place all utilities in service and determine repairs or replacements which should be made. 2. Recommend additional repairs or replacement which should be made to increase utility or aesthetic value or to meet Minimum Property or Thermal Standards. 3. Prepare and deliver to the Inspection Office listed in the INSPECTION AND ACCEPTANCE Paragraph 1(b), a list of recommendations, in accordance with a or b above, together with the Contractor’s quotation for performing each work item recommended. As detailed in the Changes and Differing Site Conditions clauses the Contractor is not authorized to proceed with any of its recommended jobs until so specifically authorized by the Contracting Officer. Upon agreement as to the work actually required, and any appropriate equitable adjustment in the cost of, or the time required for performing the work, the Contracting Officer will modify the purchase order accordingly. INSPECTION AND ACCEPTANCE 1. INSPECTION AND ACCEPTANCE (AGAR 452-246-70) (FEB 1988) (a) The Contracting Officer or the Contracting Officer’s duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance will be performed at the address of the Contracting Officers Point of Contact (POC). 2. FINAL INSPECTION: The abatement work will not be considered acceptable until the site passes a reassessment examination conducted by ESPC, 1785 Military Turnpike, Suite 13, Plattsburgh, NY 12901. Contractor is responsible for contacting ESPC at 518-563-9445, Attn: Jasper Strong to coordinate the clearance examination. The Contractor shall give the Inspector a minimum of seven (7) calendar days advance notice of the date the work will be fully completed and ready for final inspection. USDA, Rural Development will bear the cost of the exam. The Contractor’s responsibility will terminate when all work has been completed, the final inspection made and work accepted by the USDA. The Contractor will then be released from further obligation except as required by the warranty clause of this purchase order, if required, or any other additional warranties offered by the Contractor or its Subcontractors and Suppliers. DELIVERIES, PERFORMANCE AND PAYMENT 1. COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (FAR 52.211-10) (APR 1984) The Contractor shall be required to (a) commence work under this contract within 5 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 90 calendar days after the date the Contractor received the notice to proceed. The time stated for completion shall include final cleanup of the premises. Contractor must provide seven (7) calendar days notice prior to completion of work so arrangements can be made for lead abatement assessment inspection by the RD office in Canton, NY. Cost of reassessment report will be born by Rural Development. 2. PAYMENTS: Payment will be made upon Contractor’s completion of the required work, inspection and acceptance of the work by the Contracting Officer’s Representative and submission of a proper invoice by the Contractor. Exhibit A is a sample of the format for a proper invoice. SPECIAL CONTRACT REQUIREMENTS/CLAUSES 1. CONDUCT (FmHA 452.203-70-4d) (August 1990) During the course of this contract, the Contractor will maintain the same high standards of honesty, integrity, impartiality, confidentiality of information, and conduct as Government employees are expected to maintain. The Contractor will not engage in other employment which is incompatible with the duties of this contract. The Contractor will not, directly or indirectly, engage in financial transactions or any kind of business dealings relying on information obtained through the performance of this contract. The Contractor will not have a direct or indirect financial or other interest that conflicts, or appears to conflict, with its responsibilities and duties under this contract. 2. The Contractor shall be liable for any loss from, or injury to, any property resulting solely from the Contractor’s negligence and/or failure to perform the services provided for herein. 3. The Contractor waives, releases, and discharge the Government from any and all claims, demands, and causes for action for damages to persons(s)/or property which may arise in any manner incident to the execution of this contract, except his/her rightful claim for payment or compensation, as provided herein. 4. CONTRACTOR QUALIFICATIONS: Contractor must possess current certification with the EPA to perform lead hazard control services in New York. Certified abatement workers who successfully completed a lead-based paint abatement worker course accredited by EPA must conduct abatement. A lead based paint abatement supervisor certified by EPA must supervise all workers on site. 5. The Contractor shall obtain the services of qualified employees in all instances, and the Contractor is responsible for actions or omissions of employees in performance of work under this contract. The Contractor shall not commit, nor permit to commit any waste, or unlawful acts or nuisances upon property assigned. 6. COMPLIANCE WITH CODES: The Contractor will comply with all state, city and local codes, laws, and ordinances in effect at the time of the award of the contract and applicable to such work. This includes, but is not limited to the proper use of equipment, setting up work area in order to contain any lead dust or debris that is created, performing job using lead safe work practices, cleaning as work is performed and proper disposal of lead dust and debris. Contractor shall obtain at his expense, such permits, certificates and licenses as may be required in the performance of the work specified. 7. INSURANCE: Contractor must maintain lead insurance coverage of at least one million dollars in addition to general liability insurance and other insurance adequate to cover a business operation. 8. STORAGE: The Contractor may use the premises of the dwelling on which it is working for storage of equipment, tools, and materials. However, USDA, Rural Development assumes no responsibility for any tools, materials, or equipment stored by the Contractor. No combustible materials, or other fire hazards shall be left or allowed to accumulate. 9. SANITARY REQUIREMENTS: If the sanitary facilities contained in the dwelling(s) are inadequate or nonfunctional, the Contractor shall provide, at its own expense, adequate sanitary facilities for its workmen. All facilities shall be maintained in a clean and hygienic condition at all times and secured during nonworking hours. 10. MINIMUM STANDARDS: Minimum Property (construction and repair) and Federal Standards specified in RD Instruction 1924-A (available in any USDA, Rural Development Office) are applicable to this contract. 11. SUBSTITUTIONS AND/OR APPROVED EQUAL: Where a particular make, brand, or type or material or equipment is mentioned in the specifications, it is to denote quality standard of article desired, but does not restrict Contractor to brand specified. However, any substitution must meet with the approval of the Contracting Officer or his/her authorized representative. If after award the Contractor is unable to obtain specified materials, he/she will request approval of such substitution, in writing, to the CO or COR. Submittals for approval of substitute materials must contain sufficient information, descriptive brochures, drawings, samples, or other data as is necessary to provide direct comparison to the specified material. 12. BUILDING, SIZE AND DIMENSIONS: RD will not be responsible for any error or variation in the dimensions or sizes in the specifications and drawings. Nor will the Contractor, because of an error or variation, be relieved of his responsibility to carry out the contract in accordance with the true intent and meaning of the specifications. 13. GOVERNMENT FURNISHED MATERIAL: Prospective Contractors and the successful Contractor will contact Mary Keenan, RD Specialist, USDA-Rural Development, 3 Commerce Lane, Canton, NY 13617 at (315) 386-2401 extension 4 to coordinate the following; (a) Keys to premises (The successful Contractor will return all keys to Rural Development at final inspection. (b) Initial plans and specifications, if available. (c) Review of FmHA and RD Instructions (regulations). (d) Necessary posters and forms. 14. POST AWARD CONFERENCE: A post award telephone conference is required. The contractor will contact the Point of Contact in item #13 above to schedule the conference within 48 hours of receipt of the Purchase Order or contract award whichever is later. The conference is to be with the appointed Point of Contact. 15. CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (FEB 1998) 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/these address(es): http://www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.203-7 Anti-Kickback Procedures Jul 1995 52.204-7 Central Contractor Registration. Oct 2003 52.204-8 Annual Representations and Certifications Jan 2005 52.209-5 Certification Regarding Debarment, Suspension,Proposed Debarment, and Other Responsibility Matters Dec 2001 52.211-10 Commencement, Prosecution, and Completion of Work Apr 1984 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development Sept 2000 52.213-4 Terms and Conditions – Simplified Acquisitions (Other than Commercial Items) May 2002 52.219-6 Notice of Total Small Business Set-Aside Jul 1996 52.222-4 Contract Work Hours and Safety Standards Act – Overtime Compensation Sep 2000 52.222-5 Davis-Bacon Act Feb 1995 52.222-7 Withholding of Funds Feb 1988 52.222-8 Payrolls and Basic Records Feb 1988 52.222-9 Apprentices and Trainees Feb 1988 52.222-10 Compliance with Copeland Act Requirements Feb 1988 52.222-11 Subcontracts (Labor Standards) Feb 1998 52.222-12 Contract Termination – Debarment Feb 1998 52.222-13 Compliance with Davis-Bacon and Related Act Regulations Feb 1988 52.222-14 Disputes Concerning Labor Standards Feb 1988 52.222-15 Certification of Eligibility Feb 1988 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction Feb 1999 52.222-27 Affirmation Action Compliance Requirements for Construction Feb 1999 52.223-13 Certification of Toxic Chemical Release Reporting Aug 2003 52.223-14 Toxic Chemical Release Reporting Aug 2003 52.225-10 Notice of Buy American Act Requirement-Construction Materials May 2002 52.225-13 Restrictions on Certain Foreign Purchases Dec 2003 52.232-5 Payments under Fixed-Price Construction Contracts Sept 2000 52.232-23 Assignment of Claims Jan 1986 52.232.27 Prompt Payment for Construction Contracts Feb 2002 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 52.233-2 Service of Protest Aug 1996 52.233-3 Protest after Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 52.236-5 Material and Workmanship Apr 1984 52.236-7 Permits and Responsibilities Nov 1991 52.236-14 Availability and Use of Utility Services Apr 1984 52.236-28 Preparation of Proposals-Construction Oct 1997 52.242-14 Suspension of Work Apr 1984 52.243-5 Changes and Changed Conditions Apr 1984 AGRICULTURE ACQUISITION REGULATION CLAUSES (FAR Part 12) AGAR Provision 452.219-70 Size Standard and NAICS Code Information Jan 2005 LIST OF ATTACHMENTS Exhibit A – Sample Invoice Format, 1 page. Exhibit B – Buy American Act/Balance of Payment Programs Exhibit C – Department of Labor Wage Determination Exhibit D – Vendor Confidential Information Exhibit E – Lead Based Paint Risk Assessment Report dated 12/31/2007 REPRESENTATIONS AND CERTIFICATIONS 52.204-8 Annual Representations and Certifications. (a)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (b) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (b) applies. [ ] (ii) Paragraph (b) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (b) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. 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. INSTRUCTIONS, CONDITIONS AND NOTICES 1. ALTERATION IN SOLICITATION (FAR 52.252.3)(APR 1984) Portions of this solicitation are altered as follows: The terms “Quotation” and “Quoter” are substituted for “Offer” and “Offeror” or “Proposal” and “Proposer” whenever they occur in this solicitation. 2. DATA UNIVERSAL NUMBERING SYSTEMS (DUNS) (FAR 52.204-6) (JUN 1999) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation. (c) Offerors located outside the United States may obtain the location and phone number of the local Dun and Bradstreet Information Services office from the Internet home page at http://[email protected]. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at [email protected]. 3. PREPARATION AND SUBMISSION OF OFFERS/QUOTATIONS: Offerors/quoters shall prepare and submit their offers as outlined below: a. Offerors/quoters are responsible for examining the solicitation, inserting the requested information in the blanks/blocks provided on the SF 18, the Price Schedule...
Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 28 Mar 2005 at 5 AM
Guam 28 Mar 2006 at 5 AM

Similar Opportunities

Gatlinburg Tennessee 01 Aug 2025 at 5 PM
Gatlinburg Tennessee 01 Aug 2025 at 9 PM
Ilwaco Washington 15 Jul 2025 at 6 PM