The RFP Database
New business relationships start here

Lead-Based Paint Abatement Requirement, for USDA FSA Springboro, PA


District Of Columbia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS: The solicitation number 12FPC119Q0024 is being issued as a Request for Quotation (RFQ) and is being conducted as a 100% TOTAL SMALL BUSINESS SET-ASIDE. The North American Classification System Code is 236118; Residential Remodelers, Size Standard is $36.5. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76.

DESCRIPTION: The United States Department of Agriculture Farm Service Agency (FSA) has requirement for lead-based paint abatement completed on an inventory property. The property is located at 7552 Beaver Street, Springboro, Pennsylvania 16435-1808, County of Crawford, State of Pennsylvania.


The Contractor shall provide all labor, materials, supplies, equipment, transportation, supervision and ancillary services as necessary to perform the lead-based paint abatement in accordance with the Statement of Work (SOW). All work must meet federal, state, and local material handling and disposal requirements. NOTE. A lead-based paint evaluation has been completed and the SOW identifies the required abatement needs.
PERFORMANCE OF WORK BY THE CONTRACTOR. The Contractor shall perform on the site, and with its own organization, work equivalent to at least fifty (50) percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.


SITE VISIT. Interested vendors can review the work site on Thursday, July 11, 2019, from 9:00 am - 10:00 am Eastern. Review of the work site is not mandatory; however, we highly recommend attending the scheduled site visit to understand the full scope of work needed and to thoroughly familiarize themselves with the requirements. Failure on the part of the contractor to acquaint themselves with the requirement/site conditions will not be sufficient reasons for any increase in contract price. Interested vendors considering reviewing the work site must call or email Cara Zomick, Farm Loan Manager, at office (814) 547-5939; or email at cara.zomcik@usda.gov and let her know that you will be attending the site visit and/or need directions to the site.


CLAUSES
a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (Oct 2018)
52.204-13 System for Award Management Maintenance. (Oct 2018)
52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (Nov 2015)
52.219-6 Notice of Total Small Business Set-Aside. (Nov 2011)
52.219-28 Post-Award Small Business Program Rerepresentation. (Jul 2013)
52.222-3 Convict Labor. (Jun 2003)
52.222-6 Construction Wage Rate Requirements. (August 2018)
52.222-7 Withholding of Funds. (May 2014)
52.222-8 Payrolls and Basic Records. (August 2018)
52.222-9 Apprentices and Trainees. (Jul 2005)
52.222-10 Compliance with Copeland Act Requirements. (Feb 1988)
52.222-11 Subcontracts (Labor Standards). (May 2014)
52.222-12 Contract Termination-Debarment. (May 2014)
52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations. (May 2014)
52.222-14 Disputes Concerning Labor Standards. (Feb 1988)
52.222-15 Certification of Eligibility. (May 2014)
52.222-21 Prohibition of Segregated Facilities. (Apr 2015)
52.222-26 Equal Opportunity. (Sept 2016)
52.222-27 Affirmative Action Compliance Requirements for Construction. (Apr 2015)
52.222-50 Combating Trafficking in Persons. (Jan 2019)
52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017)
52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Sep 2013)
52.223-6 Drug-Free Workplace. (May 2001)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restrictions on Certain Foreign Purchases. (Jun 2008)
52.228-2 Additional Bond Security. (Oct 1997)
52.228-11 Pledges of Assets. (Aug 2018)
52.228-12 Prospective Subcontractor Requests for Bonds. (May 2014)
52.228-14 Irrevocable Letter of Credit. (Nov 2014)
52.232-5 Payments under Fixed-Price Construction Contracts. (May 2014)
52.232-23 Assignment of Claims. (May 2014)
52.232-27 Prompt Payment for Construction Contracts. (Jan 2017)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018)
52.232-39 Unenforceability of Unauthorized Obligations. (Jun 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013)
52.233-1 Disputes. (May 2014)
52.233-3 Protest after Award. (Aug 1996)
52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004)
52.236-2 Differing Site Conditions. (Apr 1984)
52.236-3 Site Investigation and Conditions Affecting the Work. (Apr 1984)
52.236-5 Material and Workmanship. (Apr 1984)
52.236-6 Superintendence by the Contractor. (Apr 1984)
52.236-7 Permits and Responsibilities. (Nov 1991)
52.236-8 Other Contracts. (Apr 1984)
52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. (Apr 1984)
52.236-10 Operations and Storage Areas. (Apr 1984)
52.236-11 Use and Possession Prior to Completion. (Apr 1984)
52.236-12 Cleaning Up. (Apr 1984)
52.236-16 Quantity Surveys. (Apr 1984)
52.236-17 Layout of Work. (Apr 1984)
52.236-21 Specifications and Drawings for Construction. (Feb 1997)
52.243-5 Changes and Changed Conditions. (Apr 1984)
52.244-6 Subcontracts for Commercial Items. (Jan 2019)
52.249-2 Termination for Convenience of the Government (Fixed-Price). Alternate I (Apr 2012)
52.249-10 Default (Fixed-Price Construction). (Apr 1984)
52.253-1 Computer Generated Forms. (Jan 1991)


 


SYSTEM FOR AWARD MANAGEMENT (SAM). Contractor must have an active registration in the System for Award Management at www.SAM.gov, in order to be awarded a federal contract. All offerors and prospective contractors must have an active registration with www.SAM.gov to be awarded an order.


WAGE RATE DETERMINATION
General Decision Number: PA20180062 01/11/2019
Superseded General Decision Number: PA20190038
State: Pennsylvania
Construction Type: Residential
County: Crawford
Website: www.beta.SAM.gov

PREPARATION/SUBMISSION OF OFFERS
The following documents must be submitted with the quote.
1. Complete and sign SF-1442 (blocks 14, 15, 16, 17) and the prices/costs schedule in Section B, page 4.
2. Acknowledge all Amendments in Block 19,
2. Complete all other representations and certifications required by Section K and not already completed in the System for Award Management (SAM).


Quotations are due by July 17, 2019, 2:00 pm Central


Quotes shall be submitted by email to Danny Mandell, Contracting Officer, email: Danny.Mandell@usda.gov, no later than July 17, 2019, 2:00 PM Central. The offeror shall provide a Firm Fixed Price quote that is in accordance with this solicitation.


Interested parties are responsible for monitoring the Federal Business Opportunities website to ensure that they have the most up to date information about this acquisition.


LIST OF ATTACHMENTS
ATTACHMENTS DESCRIPTION
Attachment 1 Price Schedule, Terms and Conditions, Clauses, and Provisions
Attachment 2 Statement of Work (SOW)
Attachment 3 Wage Determination: Construction Wage Rate Requirement (CWRR) County of Crawford State of Pennsylvania #PA20190038 (Davis-Bacon Act)


 


Danny Mandell, ContractIng Officer, Phone 254-742-9923, Email danny.mandell@wdc.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP