The RFP Database
New business relationships start here

Asbestos Abatement and Remediation/Snell Lock


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued.  Solicitation number DTSL5517Q0750 is issued as a request for quotation.  The applicable NAICS code is 562910 and the size standard is $20.5M.





Item No.



 

Description



 



 

Total





 



 

BASIC REQUIREMENT





1.



Abate asbestos cementitious insulation on 50 fittings, 1 partition in the gallery that consists of approximately 18 square feet of asbestos-cement (transite) panels, and approximately 10 linear feet of asbestos containing insulation covering the waterline:

 



For the Job



$__________





 

 



 

OPTIONAL REQUIREMENTS





2.



Remove non-asbestos insulation on steel water piping. The insulation is located sporadically amongst two (2) waterlines (one potable and one raw water) and each line spans ~1,000 linear feet:

 



For the Job



$_________





3.



Remove and dispose of approximately 1,000 feet of waterline and appurtenances (i.e hangars/supports, valves, etc.).  Waterline would be isolated by SLSDC prior to demolition.:

 



For the Job



$__________





4.



Perform final site cleanup which includes wet wiping/mopping all overheads, bulkheads, horizontal surfaces including, but not limited to, cable trays and panels, etc., and cleaning all intakes/filters from upstream spreader room to downstream spreader room and obtaining satisfactory air test results prior to returning the space back to the SLSDC:

 



For the Job



$__________





The price for each item (as applicable) shall include the setup, operation and teardown of all enclosures and decontamination areas as required for proper containment and decontamination of the work areas, and all required air monitoring and clearance testing costs that are incurred as a result of Contractor's lack of workmanship. The SLSDC reserves the right to award the any or all of the Optional Requirement items as deemed most advantageous to the SLSDC. The Contractor shall assume that all items awarded are allowed to be performed concurrently.  Locations may be obtained through review of the pertinent reference drawings upon request. 


Bidder's Signature


Location of the project is Snell Lock, 145 Snell Lock Road, Massena, NY.  All work, including clean-up, must be completed by December 21, 2017. Initial Site Visit: Prospective offerors may choose to visit Corporation Facilities to determine the extent of work required. A site visit will be conducted at 9:00 a.m. on Tuesday, August 1, 2017. Arrangements for site visits must be made with Brian Tulip, Civil Engineer, phone 315-764-3256 (no collect calls). Site visit location will be; Maintenance Base Conference Room, 251 Fregoe Rd. Massena, NY 13662. The site visit is solely for information and planning purposes. Offerors are advised that the U.S. Government will not pay any cost incurred in attending the site visit. All costs associated with attending the site visit will be solely at the responding party's expense.

Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition.  Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the Corporation, considering price and past performance.  The Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. The offeror shall include with their offer names and contact information for three (3) completed jobs similar in nature to this requirement.  Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov.  FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition.  The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-13 -- Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons;  52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management;  52.222-41 -- Service Contract Labor Standards; 52.222-55 -- Minimum Wages Under Executive Order 13658; 52.222-62 Paid Sick Leave Under Executive Order 13706; Other applicable FAR provisions and clauses include 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.217-4, Evaluation of Options Exercised at Time of Contract Award. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts.

The Following FAR Clauses are also required in full text:

52.222-42 Statement of Equivalent Rates for Federal Hires


In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only:
It is not a Wage Determination






Employee Class




Monetary Wage -- Fringe Benefits






 Maintenance Mechanic - WG-4749-09




 $30.79/hr                $ 10.04/hr






 Trades Helper - WG-5201-05




 $24.73/hr                $ 8.06/hr






 Laborer - WG-3502-03




 $22.87/hr                $ 7.46/hr





(End of Clause)


Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.

Response date for receipt of offers/quotes is by 4:00 pm EST, Tuesday, August 8, 2017.  Quotes shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY  13662 or emailed to jason.brockway@dot.gov. ; All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation.  Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. 


*Other Instructions:

Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment.

Jason C. Brockway, Contract Specialist, Phone 3157643252, Email jason.brockway@dot.gov - Steven P. Latulipe, Contract Specialist, Phone 3157643260, Email steven.latulipe@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP