request for quote (rfq) u.s. general services administration

23
REQUEST FOR QUOTE (RFQ) U.S. General Services Administration Acquisition Management Division Customer Projects Team 230 South Dearborn Street, Room 3300 Chicago, Illinois 60604 This procurement is a set-aside for the Chicagoland Property Management Service Center Repair and Alterations IDIQ GREAT LAKES REGION PROJECT: SOLICITATION NO. LOCATION: DHS 6 th Floor Tactical Analytical Unit GS-P-05-17-FB-0001 Custom House 610 S. Canal Street Chicago, IL 60607 QUOTE DUE TO: ATTN: Jennifer Styzek [email protected] Monday, December 12, 2016 12:00 P.M. (Central Standard Time) PROPERTY OF THE UNITED STATES GOVERNMENT COPYING, DISEMMINATION, OR DISTRIBUTION OF THESE SPECIFICATIONS TO UNAUTHORIZED PERSONS IS PROHIBITED Do Not Remove This Notice Properly Destroy Documents When No Longer Needed GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA

Upload: others

Post on 08-Jan-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

REQUEST FOR QUOTE

(RFQ) U.S. General Services Administration

Acquisition Management Division

Customer Projects Team

230 South Dearborn Street, Room 3300

Chicago, Illinois 60604

This procurement is a set-aside for the

Chicagoland Property Management Service

Center Repair and Alterations IDIQ

GREAT LAKES REGION

PROJECT:

SOLICITATION NO.

LOCATION:

DHS 6th

Floor Tactical Analytical Unit

GS-P-05-17-FB-0001

Custom House

610 S. Canal Street

Chicago, IL 60607

QUOTE DUE TO: ATTN: Jennifer Styzek

[email protected]

Monday, December 12, 2016

12:00 P.M. (Central Standard Time)

PROPERTY OF THE UNITED STATES GOVERNMENT COPYING,

DISEMMINATION, OR DISTRIBUTION OF THESE SPECIFICATIONS TO

UNAUTHORIZED PERSONS IS PROHIBITED

Do Not Remove This Notice

Properly Destroy Documents When No Longer Needed

GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA

GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA GSA

Page 2: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

Project Title:

Quotes Due By:

Building Name:

Building Number:

Address:

City, State, Zip

Room/Location:

Client/Agency:

Request for Quote (RFQ) No.:

SCOPE OF WORK:

WORK LOCATION:

Client/Agency:

Room/Location:

Building Name:

City, State, Zip

ESTIMATED PRICE RANGE

PERFORMANCE PERIOD:

WORKING HOURS: All work shall be performed during the hours of 6:00 PM to 5:30 AM.

PROVISIONS/CLAUSES:

WAGE DETERMINATION:

PRE-PROPOSAL CONFERENCE:

Chicago, IL 60607

The Contractor shall be required to (a) commence work under this contract within one (1)

calendar day after the Contractor receives notice to proceed, (b) prosecute the work

diligently, and (c) complete the entire project ready for use within ninety (90) calendar days

after receipt of notice to proceed. The time stated for completion shall include final cleanup

of the premises at the conclusion of each period of performance. See FAR 52.211-10

610 S. Canal Street

Chicago, IL 60607

The Department of Homeland Security Customs and Border Patrol (CBP) Chicago Field Office is updating office space on the 6th Floor

that houses their Tactical Analytical Unit (TAU). CBP will be updating Room 602A, which will be converted to a multipurpose Tactical

Operations room for briefings, collaboration, and real time oversight of ongoing targeting operations. CBP will be installing new collaboration

technology that requires installation, data cabling, electrical wiring, sound masking devices, security readers, and some structural shoring to

the wall for the displays. See the attached Scope of Work for further detail.

Custom House

Department of Homeland Security Customs and Border Patrol

INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS

The Contractor shall comply with the wage determination effective under the IDIQ contract.

DHS 6th Floor Tactical Analytical Unit

December 12, 2016 12:00 PM CST

Custom House

To request a reasonable accommodation due to a disability, please contact the Property

Manager referenced below.

IL0032ZZ

6th Floor

Department of Homeland Security Customs and Border Patrol

GS-P-05-17-FB-0001

6th Floor

A pre-proposal conference is scheduled for November 17, 2016 at 11:00 AM (Central Time).

See "Pre-Proposal Conference Notice Attendance Form" for further information.

Any order that is issued as a result of this RFQ will be issued in accordance with all

applicable regulations and the terms and conditions of the IDIQ contract.

In accordance with FAR 36.204, the estimated price range for this construction is between

$250,000 and $500,000.

Offerors are urged and expected to inspect the site where services are to be performed and

to satisfy themselves regarding all general and local conditions that may affect the cost of

contract performance, to the extent that the information is reasonably obtainable. In no

event shall failure to inspect the site constitute grounds for a claim after award.

Page 3: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

Johnny Zuzic, Property Manager

(312) 279-9503

BONDS REQUIRED (YES OR NO) Yes

IF YES, AMOUNT REQUIRED:

Acknowledgement of Amendment(s), if any

BASIS OF AWARD:

AVAILABILITY OF FUNDS

Jennifer Styzek, Contracting Officer

U.S. General Services Administration

230 South Dearborn Street, Room 3300

Chicago, Illinois 60604

(312) 353 -1214

[email protected]

ORDERING OFFICIAL: Jennifer Styzek, Contracting Officer

U.S. General Services Administration

230 South Dearborn Street, Room 3300

Chicago, Illinois 60604

(312) 353-1214

[email protected]

ATTACHMENTS: Affirmative Procurement Program/Comprehensive Procurement Guidelines Items

Technical Specification

Drawing(s)

List of Government Furnished Property

Standard Form 18

Pre-Proposal Conference Attendance Form

Past Performance Requirements and Worksheet

After award, if the contract is over $150,000, the contractor shall furnish a performance and

payment bond in a penal sum of 100% of the contract price. Reference FAR 52.228-15.

536 S. Clark Street, Suite 261

POINT OF CONTACT FOR QUESTIONS:

ACCEPTABLE QUOTE PACKAGE: Offerors are cautioned to carefully read the entire solicitation in order to be fully aware of all

requirements, provisions, and clauses. Fills-in should be properly completed and verified.

All copies should contain the same information. Verify before signing your quote.

An offeror will not be considered for award if one or all of the information listed below is not

submitted with the quote. Offerors shall submit with their quote the following documents:

Issuance of this solicitation does not warrant that funds are presently available for award of a

task order. Award of the task order shall be subject to the availability of appropriated funds,

and the Government shall incur no obligation under this solicitation in advance of such time

as funds are made available to the Contracting Officer for the purpose of task order award.

Standard Form 18

The Government will award an order resulting from this solicitation to the responsible offeror

whose quote conforms to the solicitation and provides the best value to the Government. The

following factors shall be used to evaluate quotes: (1) Past Performance and (2) Total

Evaluated Price. Past Performance will be significantly more important than Total Evaluated

Price. Total Evaluated Price will consist of the lump sum for the base work and two (2)

options.

To request a reasonable accommodation due to a disability, please contact the Property

Manager referenced below.

System for Award Management (SAM) - Please ensure your SAM account is updated and

active at www.sam.gov.

Online Representation and Certification Application (ORCA) Information - Please ensure

your ORCA information is updated and active at www.sam.gov

The Government intends to evaluate quotes and award an order without discussions with

offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial

quote should contain the offeror's best term from a cost or price and technical standpoint.

The Government reserves the right to conduct discussions if the Contracting Officer later

determines them to be necessary.

Chicago, IL 60605

Page 4: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

APP Form 1 - Determination Revised 10/26/12

GSA AFFIRMATIVE PROCUREMENT PROGRAM DETERMINATION In accordance with FAR 23.405 and GSA Order OGP 2851.1, I make the following Determination:

Part I

As the “Procurement Originator,” I have reviewed this project’s product/service/construction performance specifications, product descriptions, and the standards of EPA-designated Comprehensive Procurement Guideline (CPG) items and USDA-designated biobased items. I hereby certify that these contract specifications indicate, wherever possible, the following:

1. Preference for purchase of products with recovered and/or biobased materials. 2. Elimination of requirements for virgin materials. 3. Elimination of requirements that exclude use of recovered materials. 4. Performance requirements. 5. Elimination of performance standards having more stringent requirements than necessary.

Part II

I have also enclosed the Report of Comprehensive Procurement Guideline (CPG) Items and Recommended Recovered Materials Content Levels indicating which types of CPG and biobased items the contractor should use in performing any resultant contract and I hereby certify the following: (Check only one):

1. It is reasonable to expect that the contractor, in performance under this contract, will use all applicable CPG and biobased items.

2. The contractor, in performance under this contract, will probably not use any CPG or biobased items. Reason (Check one box): None are applicable Other (Indicate items and reasons below, and provide details on back of form, such as sources researched.*)

3. The contractor, in performance under this contract, might not use some of the CPG and biobased items that are applicable to the contract. (Indicate items and reasons below, and provide details on back of form, such as sources researched.*)

*Only the following are valid reasons for a waiver: A. Product is not available competitively within a reasonable time frame. B. Product does not meet appropriate performance standards. C. Product is available only at an unreasonable price.

Project Title or Service: DHS 6th floor TAU

Location of Work: 610 S. Canal Chicago, Il

Printed Name Signature Corr. Sym.

6/3/2016

5P2SS1P Paul Cullen

Page 5: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

APP Form 1 - Determination Revised 10/26/12

Instructions for Affirmative Procurement Program Determination 1. The “Procurement Originator” (usually the COR, programming office, or specification

author) must review the Report of Comprehensive Procurement Guideline (CPG) Items and Recommended Recovered Materials Content Levels (APP Form 2A – 2F, whichever one is applicable) before completing this Affirmative Procurement Program Determination. On the APP Form 2 (A-F), indicate which CPG and biobased items are applicable to the contract, and enclose a copy of it with the completed Determination. If needed, more information about the amount of recycled material required in the CPG items can be found at http://www.epa.gov/cpg/. More information on the USDA biobased products can be found at http://www.biopreferred.gov/.

2. If the procurement originator intends to check Box 2 or 3 on this Determination and

request a waiver, he/she shall consult with the Regional Environmental Coordinator as soon as possible, before completing and forwarding the Determination. The only exception is if “None are applicable” (meaning no designated products are applicable to this purchase or contract).

3. If the procurement originator checks Box 2 or 3 on the Determination, he/she must

provide details on the back of the form, such as three sources researched for the CPG and/or biobased item in question, and should send a copy of the Determination and reporting form APP Form 2 (A – F) to the Regional Environmental Coordinator. The only exception is when “None are applicable” is indicated in Box 2.

4. The procurement originator must forward the signed and completed original

Determination, with APP Form 2 (A – F) attached to it, to the Contracting Officer along with the solicitation specifications. A copy of the Determination should be maintained in the originating office’s solicitation file. Note: If none of the CPG or biobased items are applicable to the contract, APP Form 2 (A-F) does not need to be submitted with the Determination.

5. The Regional Environmental Coordinator will forward copies of Determinations

received to the GSA Environmental Executive, as required. That would occur if CPG and biobased items are called for, but will not be used.

Page 6: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

CPG Form – Checklist Revised 10/26/12

Checklist of Comprehensive Procurement Guidelines (CPG) Items

The Procurement Originator must complete this form when items designated as EPA Comprehensive Procurement Guidelines (CPG) items are being procured from outside vendors. For questions about whether the product counts as a CPG item or what is the required amount of recycled content, refer to the section of the contract titled Comprehensive Procurement Guidelines (CPG) Items and Recommended Recovered Materials Content Levels, or refer to product descriptions on EPA’s website at www.epa.gov/cpg/products. This form is not required for purchases less than $2,500.00 or for construction contracts or delivery orders less than $2,000.00. The completed form becomes part of the contract file. Procurement Request / Project Number EQ5P2SS1P-16-5139

__________________________________________________________________________________________________________________________________________________________________________________________________________________________________

The CPG items being procured are: (check the appropriate boxes) CONSTRUCTION PRODUCTS:

Building Insulation Polyester Carpet Carpet Cushion Cement and Concrete Latex Paints Floor Tiles Patio Blocks Structural Fiberboard Laminated paperboard Shower and Restroom

Dividers Flowable Fill Railroad Grade Crossings

/Surfaces

LANDSCAPE PRODUCTS:

Garden and Soaker Hoses Lawn and Garden Edging Landscape Timbers and posts

(Plastic lumber) Hydraulic Mulch Compost from Yard

Trimmings or Food Waste

NON PAPER OFFICE PRODUCTS:

Binders (paper, solid plastic or Plastic covered)

Plastic Presentation Folders Plastic File Folders Plastic Clip Portfolios Plastic Clipboards Office Recycling Containers Office Waste Receptacles Plastic Desktop Accessories Plastic Envelopes Plastic Trash Bags Printer Ribbons Toner Cartridges

PAPER AND PAPER PRODUCTS

Commercial/Industrial Sanitary Tissue Products

Printing and Writing Papers Newsprint Paperboard and Packaging Tray Liners

VEHICULAR PRODUCTS:

Engine Coolants (antifreeze) Re-refined Motor oil Retread Tires

PARK AND RECREATION PRODUCTS:

Park Benches and Picnic Tables

Playground Surfaces Playground Equipment Plastic Fencing

(snow or erosion control, safety barriers)

Running Tracks

TRANSPORTATION PRODUCTS:

Traffic Barricades Traffic Cones Channelizer Delineators Flexible Delineators Parking Stops

MISCELLANEOUS PRODUCTS:

Awards and Plaques Industrial Drums Manual-grade Strapping Mats Signage Sorbents Pallet

Page 7: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

TECHNICAL SPECIFICATIONS: DHS 6th Floor Tactical Analytical Unit GS-P-05-17-FB-0001 Custom House IL0032ZZ 610 S. Canal St. Chicago Il 60607

PROJECT ESTIMATED SUBSTANTIAL COMPLETION DATE: TBD

PERFORMANCE PERIOD: Upon issuance of the Notice to Proceed (NTP) the Contractor will have 90 calendar days to complete this project.

1. WORK SUMMARY

The Department of Homeland Security Customs and Border Patrol (CBP) Chicago Field Office is updating office space on the 6th Floor that houses our Tactical Analytical Unit (TAU). CBP will be updating Room 602A, which will be converted to a multipurpose Tactical Operations room for briefings, collaboration and real time oversight of ongoing targeting operations. CBP will be installing new collaboration technology that requires installation, data cabling, electrical wiring, sound masking devices, security readers and some structural shoring to the wall for the displays. GSA is requesting services to provide the following scope of work in order to install this specific equipment (see Government Furnished Property Attachment) and establish the Tactical Operations center: Conference Room 602A:

Re-cable Room 602A with CAT6 cable and install a minimum of 22 computer hookups (2 data/1 voice) and wire for associated electrical outlets all in the floor for computer systems that will be used on new installed, convertible work tables.

Remove all CAT5A cabling to the room.

Mount four (4) 55" Ultra Narrow Bezel Commercial LED LCD Display

Install and provide for all associated CAT6 cabling and electrical wiring/outlets as necessary.

Install structural support capable of bearing monitor load within dividing wall.

Mount four (4) Full-Service Video Wall Mount w/ Quick Release for 46" - 75" Displays

Mount four (4) 55" Commercial LED LCD Display

Install and provide for all associated CAT6 cabling and electrical wiring/outlets as necessary.

Shore up mounting wall as necessary to ensure it is cable of holding the load.

Mount four (4) Smartmount Articulating Arm for 37" - 60" Displays.

Install Six (6) Surge Filter Systems. Provide for any associated wiring.

Install One (1) 32x32 Digital Media™ Switcher w/Redundant Power Supply with all needed switchers, transmitters, receivers, video scalers, power supply and cables. Provide for any associated re-cabling and wiring.

Install Two (2) Tesira FORTÉ DSP fixed I/O server with 12 analog inputs with AEC, 8 analog outputs, 8 ch. configurable USB audio, 128 x 128 channels of AVB, One with VOIP and one with POTS. With associated amplifiers, speakers, microphones and transformers. Provide for any associated re-cabling and wiring.

Install One (1) Control System consisting of a 3-Series Control System®, Dual NIC, includes PW-2420RU. A V-Panel™ Integrated 15" Tilt HD Touch Screen, Black and associated switches, emitters and power. Provide for any associated re-cabling and wiring.

Install One (1) Equipment Rack with Fan top.

Install sound masking equipment (pink noise) and all associated electrical wiring and/or outlets.

Install required low voltage wiring.

Provide for required wall bracing as necessary to safely install equipment.

Install two (2) PIV card readers.

Contract for professional integration services installation, testing and training on equipment.

Add new carpet

Add new paint to all walls Open Office Room 600:

Add new carpet

Add new paint to all walls

Provide two (2) data drops with associated electrical.

Verify that existing power and data drops at workstations will work with new furniture layout.

Page 8: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

Office 650A:

Add new carpet

Add new paint to all walls Server Room:

Provide (25) Data ports with associated electrical outlets.

2. INTENT OF WORK

The specifications below are to be used as intent of work to be performed only. Means and methods to complete the work and provide a finished product that meets or exceeds the expectations within these guidelines is the Contractor’s responsibility. All work shall be completed in accordance to (with) all applicable, Federal, State & Local codes and regulations, OSHA safety requirements, NEC and NFPA requirements.

The Contractor shall coordinate with the Property Management Office to ensure all work performed complies with the building standards.

3. GENERAL INFORMATION

A. Building Access and Hours of Performance

1. All work shall be performed during (select all that apply): After hours - 6:00PM – 5:30 AM Working hours – 6:00AM – 6:00PM Weekends Other – Specify

The times checked above shall be coordinated at time of construction unless otherwise specified by the Contracting Officer (CO) or the Contracting Officer Representative (COR). Special requirements from the Property Management Office and/or the agency must be taken into consideration during all phases of construction.

2. Scheduling of work shall be coordinated with the Project Manager.

3. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The submission of a proposal shall be conclusive evidence that the contractor has made such an examination. Arrangements for any requested site visits may be scheduled by contacting the Project Manager.

4. Any additional site visits required after the pre-bid walkthrough must be requested via email to the Contracting Officer Representative prior to visit. Such a request must be made with a minimum of 24 hours notice – no exception.

5. Contractors shall come prepared to the pre-bid walkthrough to evaluate all details required to accommodate and complete the SOW as indicated. This shall include, but is not limited to; electrical, mechanical, carpentry, data and communication, etc.

6. Provide not less than seventy-two (72) hours notice of activities that will affect operations of occupied spaces and building.

7. Maintain access to existing walkways, exits, and other facilities used by occupants during working hours and after hours to assure that Life Safety Code and OSHA requirements are met.

8. The Contractor shall provide not less than 48 hour notice when requesting building access and/or dock access. Building and Dock access requests shall be submitted to the Project Manager. The following information must be contained on the request form.

Building access requests shall include; o Names of all persons. o Dates and times for access

Dock access requests shall include; o Names of driver and passenger(s) o Make and type of vehicle o License plate of vehicle o Delivery date o Time entering/leaving – loading and unloading permitted only

Page 9: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

9. If required, the Contractor shall complete and submit permit request forms to the Project Manager. Forms may be obtained from the Project Manager or Property Management Office. Forms may include but are not limited to; electrical shutdown, fire protection, sprinkler, burn permit, lighting shutdown, electrical/data/utility closet access, etc.

B. Existing Conditions

It is the Contractor’s responsibility to fully inspect existing conditions and include in their cost all materials and labor required to provide a complete and operational product meeting or exceeding all Federal Codes and intent of scope.

C. Security Clearance Requirement and Building Access

Any order that is issued as a result of this RFP shall comply with the security clearance regulations and the terms and condiditions of section 01593-Security Regulations of the IDIQ contract..

D. Request for Information (RFI) / Clarification

The Contractors are encouraged to make requests and/or clarifications a minimum of 48 hours prior to the RFP closing date. Any requests for information or clarification submitted within 48 hours prior to the RFP closing will not constitute extending the RFP closing date.

E. Deliveries

The Contractor shall submit a dock access request per above, Section 3.A.8, and include the name of the badged person(s) accepting the delivery. The Contractor shall be responsible for accepting the delivery and ensuring it is delivered to the project area accordingly. Storage at the dock level, public hallways, storage closet, electrical closets, data clostes, etc. are not permitted. Dock access is for delivery/drop off/pick-up only. No parking will be permitted.

F. Special Instructions from the Property Management Office

If required, Contractor shall complete and submit permits to the Project Manager for any and all required building shut down of electrical, fire protection, HVAC, lighting or any other major building system. Permit forms may be obtained from the Project Manager or the Property Management Office.

G. Sprinkler Work If the fire protection sprinkler system must be altered as a part of this project, all work shall be done by a journeyman sprinkler fitter with a NICET Level 1 or higher certification. Provide documentation of this certification to the project manager as soon as the individual is identified by the contractor and before this person arrives on site. The sprinkler fitter shall assure that all work is compliant with NFPA 13, Standard for Automatic Sprinklers and that changes in location of sprinklers meet all of the sprinkler spacing and sprinkler density requirements. Sprinkler hangars and surge restraints shall be added or replaced as necessary to do this work. The addition of 6 or more sprinklers to the system shall be hydraulically calculated by the sprinkler contractor to assure proper water supply to all sprinklers. The relocation, altering of piping, or any work affecting more than 20 sprinklers shall require a hydrostatic test of 200 psi for 2 hours for that section of the sprinkler system affected. For work affecting 20 sprinklers or less, the system pressure shall be introduced to the piping and piping shall be checked for a period of 2 hours to assure no leaking is taking place. All testing of the sprinkler piping shall be done without the ceiling in place below new or altered piping. Final acceptance testing shall be witnessed by the GSA Regional Fire Protection Engineer or their designee.

H. Fire Alarm Work If the fire alarm system or components thereof need to be altered, relocated, or added to, all work shall be done or supervised by a fire alarm technician with a minimum NICET Level II certification for fire alarms. Provide documentation of this certification to the project manager as soon as the individual is identified by the contractor and before this person arrives on site. That technician must be a representative of the fire alarm manufacturer for the system in the building if any programming or proprietary actions must be taken. The technician shall be responsible for relocating and/or adding to the notification devices so that NFPA 72 spacings are maintained and that minimum audibility and intelligibility requirements are met for the area of work without any negative affect on devices outside of the area of work. The technician shall verify that notification circuits are able to carry the load of any added devices without additional power supplies nor notification panels. Initiating devices shall be relocated, or added to as required for compliance with NFPA 72 and GSA standards without overloading any circuit in the fire alarm system. Whenever 5 or more devices are added to any circuit, the fire alarm contractor shall provide new voltage drop calculations for each affected circuit. Upon addition of ANY new devices, the battery calculations shall be updated for the panel(s) serving the new additions.

Page 10: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

Existing fire alarm devices shall not be removed from the system during construction. They must be appropriately hung up out of the way so that they continue to provide fire alarm service. Impairments of the fire alarm system shall be coordinated with the Property Manager of the building without exception. Upon completion of the fire alarm work, all new and relocated devices shall be fully functionally tested. If additions or changes were made to the fire alarm system programming, then all new addressable devices and 10 percent of all existing devices in the building up to a maximum of 50 shall be fully functionally tested as required by NFPA 72. Final acceptance testing shall be witnessed by the GSA Regional Fire Protection Engineer or their designee. All fire alarm testing shall be done at a time when the sounding of the alarm will not disrupt government activities which may mean considerable after hours work. If testing cannot be accomplished during normal day time hours, then it shall be scheduled for the early evening at the earliest time acceptable to the Property Manager. Any tests proposed on weekends, holidays, or early morning hours must be approved by the Property Manager, Project Manager, Contracting Officer, and the GSA Regional Fire Protection Engineer.

4. EXECUTION OF SCOPE OF WORK (GC & GSA Responsibilities)

A. GENERAL NOT APPLICABLE

1. Coordination of scope to align with other contractors. Drawing Sheet PIP-876 TAU identifies data and electrical locations. 6

th Floor Furniture Plan drawing provided for reference.

B. DEMOLITION NOT APPLICABLE

1. As required to complete scope specified in Work Summary

C. ARCHITECTURAL/CONSTRUCTION NOT APPLICABLE

1. As required to complete scope specified in Work Summary

D. ELECTRICAL NOT APPLICABLE

1. As required to complete scope specified in Work Summary

E. LIGHTING NOT APPLICABLE

1.

F. TELECOMMUNICATION NOT APPLICABLE

1. As required to complete data scope specified in Work Summary

G. SECURITY NOT APPLICABLE

1. Provide and install (2) PIV card readers to match existing system.

H. MECHANICAL (HVAC) NOT APPLICABLE

1.

I. PLUMBING NOT APPLICABLE

1.

J. FINISHING NOT APPLICABLE

1. Paint to be Sherwin Williams Super Paint in a Satin Finish or approved equal. Color #1369 North Beach 50BG 72/011 'The Master Palette' ICI Interior & Exterior Color Wheel. Prep surface to manufacturers standards and minimum two coat application for a uniform appearance.

2. Remove old carpet tile and base. Install new carpet tile and base. Base to be Roppe 139 Deep Navy or approved equal. Carpet to be Shaw -Studio EW24/Z6475 - 00445 / Blue Sky Thinking (Install 1/4 turn) or approved equal.

K. FIRE AND LIFE SAFETY NOT APPLICABLE

1.

L. ADDITIONAL INFORMATION NOT APPLICABLE

1.

M. WARRANTEE/GUARANTEE NOT APPLICABLE

1.

Page 11: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

N. BUILDING DRAWINGS NOT APPLICABLE

1.

O. SUBMITTALS NOT APPLICABLE

1.

Check the box below if a cutsheet is required: Mechanical Plumbing Furnishings, Fixtures & Equipment FFE Telecommunication Security Fire Alarm BAS O&M Manuals & Maintenance Other

5. QUALIFICATIONS

A. Quality Assurance

The Contractor shall use adequate numbers of skilled tradesmen who are thoroughly trained, certified and experienced in the necessary crafts, and who are completely familiar with the specific requirements and the methods needed for proper performance of work. All measurements and dimensions shall be field verified by the Contractor, prior to submittal of a bid. Any noticeable discrepancies shall be brought to the attention of the CO or COR immediately. Failure to notify the CO or COR of discrepancies may result in the work being re-done at the Contractor’s expense.

B. Supplies, Materials and Equipment

The Contractor shall furnish all management, supervision, labor, tools, supplies, materials and equipment to perform the services described herein and in accordance with all applicable Federal Codes. Materials, supplies and equipment used shall be commercially available products of reputable manufacturers or suppliers. Provide the Project Manager submittals for approval by the CO or COR prior to starting work.

The Government will not be responsible in any way for damage to or loss of supplies, materials, tools, equipment or personal property belonging to the Contractor, Sub-Contractors or their respective employees

The Government will furnish all air, electricity, heat and water for the duration of the project.

C. Special Requirements

NA

6. SUBMITTALS

A. Pre-Construction Meeting The required submittals are due 15 days after award of the order, if applicable.

1. Payment and Performance Bonds 2. Certificate of Insurance 3. Project Directory & Subcontractor list. 4. Submit photographs/video showing existing conditions of adjoining construction improvements, including finish

surfaces that might be misconstrued as damage caused by building demolition operations. 5. Shop Drwgs/Product/Data Sheets 6. Samples 7. Schedules 8. Qualification Docs

B. Project Specific Safety Plan

1. Provide a job specific safety plan that demonstrates the firm’s approach to preventing accidents and injuries with contingency plans for responding to accidents. Provide specific methods for processing correspondence, and for dealing with issues, problems, questions, emergencies and other areas. This plan shall be submitted within 24 hours of notice of award.

Page 12: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

2. Submit informational report, including drawings, that indicates the measures proposed for protecting individuals and property. Indicate proposed locations and construction of barriers.

C. Project Specific Fire Protection and Prevention Plan

1. Provide a project specific fire protection & prevention plan as required By IBC, IFC, and NFPA 241, Standard for Fire Protection & Prevention for Demolition, Alteration and Construction. Provide all elements in the plan that will be encountered on this project.

2. This plan shall be submitted and approved by the GSA Fire Protection Engineer prior to work beginning on site.

D. Project Construction Schedule / Schedule of Values

1. All schedules shall be submitted to the Project Manager for review, coordination and approval prior to starting any work. The schedule shall comply with the provisions of the IDIQ contract including but not limited to those pertaining to format, content, and keeping it updated. Besides typical construction tasks and milestones, care should be taken to include anticipated items related to building access, burn permits, utility shut downs, etc.

E. After Award

1. At the completion of the project and prior to final payment, the Contractor shall provide on their letterhead the following information: Date, Project Name, Project Location, and a written description explaining that all work has been completed in accordance with all federal codes and regulations, NEC codes, and NFPA.

7. WORKMANSHIP

A. Standards of Conduct

1. Maintain standards of competency, conduct, appearance and integrity in his employees at all times. 2. Ensure that employees do not enter any areas where work is not being performed, use government telephones

unless specifically authorized by a GSA representative. 3. Relieve an unsuitable or otherwise objectionable employee whose continuing employment on the job is contrary

to the public interest or inconsistent with requirements for security.

B. Cleanup and Debris Removal

1. The Contractor shall remove all debris generated in the performance of this contract, daily. The space must be fully operational no later than 5:30a the following work day of any construction. Upon completion of the work, the Contractor shall remove and dispose of all unused materials, containers, wrappings, cuttings, trimmings and any other debris accumulated as a result of this contract. The Contractor shall make every effort to provide for recycling of all materials utilized during the course of the project.

2. Use of the buildings’ trash receptacles is at the sole discretion of the Building Manager. The Project Manager reserves the right to contact the Property Management Office to have the area cleaned and the cost incurred will be deducted from the General Contractor’s final invoice.

8. CHANGE ORDERS

Any work outside the intent or scope shall constitute a Change Order. The Contractor shall provide the Contracting Officer Representative (COR) a written explanation of cost. The costs shall be broken out in line items including General Conditions, Materials and Quantity, Labor and Hours, and any other additional line item as required to indicate the complete scope of the change. All Change Orders must be presented timely such that it does not hinder or cause the schedule to increase. Any extension of the project schedule must be noted and an approximate time extension indicated. Failure to indicate time extension will be interpreted as no time extension is required. Work as specified herein must be completed per the date specified regardless of any pending change orders unless otherwise agreed to by GSA and the Contractor.

9. METHOD OF AWARD

The Government will award an order resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and provides the best value to the Government. The following factors shall be used to evaluate quotes: (1) Past Performance and (2) Total Evaluated Price. Past Performance will be significantly more important than Total Evaluated Price. Total Evaluated Price will consist of the lump sum for the base work.

*All construction for this project must meet ADA requirements.

Page 13: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CBCJPVX
Stamp
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Callout
25 Data ports along this wall with 25 associated electrical outlets.
CAGHPSN
Callout
Full drop (2 data/1voice) With Electrical outlet high on wall for TV mount
CAGHPSN
Typewritten Text
New
CAGHPSN
Typewritten Text
Existing
CAGHPSN
Typewritten Text
CAGHPSN
Typewritten Text
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Callout
Full drops (2 data/1voice) throughout. Include sufficient electrical outlets.
CAGHPSN
Callout
Full drops (2 data/1voice) throughout. Include sufficient electrical outlets.
CAGHPSN
Callout
I believe all of these are existing for current workstations
CAGHPSN
Oval
CAGHPSN
Oval
CAGHPSN
Callout
Two full drops with associated electrical outlets
CDCJ9FL
Polygon
CDCJ9FL
Text Box
PIP-876 TAU in green area only. Data/Electrical drops needed.
Page 14: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration
Page 15: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration
Page 16: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

Contractor to provide and install 4 HD DirecTv receivers to integrate with this system

Page 17: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

REQUEST FOR QUOTATION (THIS IS NOT AN ORDER)

THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE

15. DATE OF QUOTATION

16. SIGNERa. NAME (Type or print)

c. TITLE (Type or print)

b. TELEPHONEAREA CODE

NUMBER

STANDARD FORM 18 (REV. 6-95) Prescribed by GSA-FAR (48 CFR) 53.215-1(a)

AUTHORIZED FOR LOCAL REPRODUCTION Previous edition not usable

8. TO:b. COMPANYa. NAME

c. STREET ADDRESS

d. CITY e. STATE f. ZIP CODE

9. DESTINATIONa. NAME OF CONSIGNEE

b. STREET ADDRESS

c. CITY

d. STATE e. ZIP CODE

7. DELIVERY

FOB DESTINATIONOTHER (See Schedule)

10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS (Date)

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 service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

11. SCHEDULE (Include applicable Federal, State and local taxes)ITEM NO.

(a)SUPPLIES/ SERVICES

(b)QUANTITY

(c)UNIT(d)

UNIT PRICE(e)

AMOUNT(f)

12. DISCOUNT FOR PROMPT PAYMENT

a. 10 CALENDAR DAYS (%) b. 20 CALENDAR DAYS (%) c. 30 CALENDAR DAYS (%) d. CALENDAR DAYSNUMBER PERCENTAGE

NOTE: Additional provisions and representations are are not attached.13. NAME AND ADDRESS OF QUOTER

a. NAME OF QUOTER

b. STREET ADDRESS

c. COUNTY

d. CITY e. STATE f. ZIP CODE

14. SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION

PAGE OF PAGES

1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCHASE REQUEST NO. 4. CERT. FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1

RATING

5a. ISSUED BY 6. DELIVER BY (Date)

5b. FOR INFORMATION CALL (NO COLLECT CALLS)NAME TELEPHONE NUMBER

AREA CODE NUMBER

Please see attached

Page 18: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

PAGE

GENERAL SERVICES ADMINISTRATION

OF

ITEM NO., FORM OR STOCK NUMBER DESCRIPTION OF ARTICLES OR SERVICES QUAN-

TITY

UNIT OF

ISSUE

UNIT PRICE

AMOUNT

0001

from the remaining scope

2

in RFQ GS-P-05-17-FB-0001.

GS-P-05-17-FB-0001 independently

Lump sum price to perform the

0002

Deduct carpet from SOW provided

1

Analytical Unit

add or deduct from the total.

described in RFQ

Option 1

Perform work in Room 602A as

DHS 6th Floor Tactical

1

1

LS

Clarify whether the cost is an

observing a two phase approach.

2

GS-P-05-17-FB-0001.

0003

LS

Option 2 LS

base work described in RFQ

Page 19: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

DHS 6th

Floor Tactical Analytical Unit GS-P-05-17-FB-0001

PAST PERFORMANCE REQUIREMENTS Past Performance of Offeror

Past performance is relevant information regarding an offeror’s actions under previously awarded contracts. It includes the offeror’s quality, accuracy, and timeliness of required documentation, identification and reporting of problems and potential problems, contractor’s onsite management, coordination of subcontractor, responsiveness to change orders/modifications to the contract, any claims filed by the contractor, contractor’s communication with the customer, compliance with terms and conditions, and overall performance on their contracts. This information will be obtained through feedback from the offeror’s customers. To be relevant, past performance information must be provided for contracts that are similar (or greater) in terms of the relevant past performance criteria listed below. The contracts submitted may have been governmental (federal, state, or local) or private sector contracts. Offerors are responsible for submitting past performance information with the submission of quotes on the attached Past Performance Worksheet. Please note GSA prohibits the release of name of the persons providing the responses. Complete confidentially will be maintained. Reference is being made to FAR 15.306(e)(4). The full text of this regulation may be found at http://www.arnet.gov/far/. Past performance will be considered relevant if it meets all of the following criteria:

1) The contract is/was for installation of electronic equipment, data cabling, and electrical wiring in an occupied space with a minimum contract value of $150,000.

2) If this is a completed contract, the contract was completed no more than five years from the closing date of this solicitation.

3) If this is a current contract, it is at least 90% complete from the closing date of this solicitation.

Past performance will be evaluated by analysis of information provided by the offeror and by interviews with the offeror’s past and/or current customers. While the offeror must provide a minimum of the most recent three customer references for past performance evaluations, they may provide more (but in no case shall they submit more than five references). Additionally, if more than three references are provided, the Government reserves the right to choose which references to include in its evaluation. In addition to those references provided directly by the offeror, the Contracting Officer may identify and analyze the past performance of the offeror on any other contract that the offeror currently has or had of which the Contracting Officer has knowledge or obtains knowledge, including but not limited to projects listed in the Past Performance Information Retrieval System (PPIRS). Because of the wide variety of past performance history of individual offerors, the Government is not required to ensure that an equal number of references be obtained for each offeror. The relevant past performance references will be evaluated with an adjectival rating, which in turn will be translated into a numerical score, as indicated in the chart below. The ratings will then be averaged for a composite score.

ADJECTIVAL RATING

NUMERICAL SCORE

Excellent 5

Very Good 4

Satisfactory 3

Marginal 2

Unsatisfactory 1

Neutral

Page 20: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

DHS 6th

Floor Tactical Analytical Unit GS-P-05-17-FB-0001

FAR 15.305(a)(2)(iv) states, “In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.” Therefore, failure of the offeror to provide a minimum of three relevant references that meet the criteria listed above, and/or the inability of the Government to complete a minimum of three reference checks, after making a reasonable effort to do so, will result in the offeror being rated as “neutral” on the past performance factor. The Government will not consider past performance information submitted by the offeror regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement. Past performance will be evaluated as a predictor of the Offeror’s compliance with contract requirements and overall quality of performance. If the Contracting Officer becomes aware of required past performance information omitted from the Offeror's quote, the Contracting Officer may draw a negative inference from the omission of such information.

Page 21: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

GS-P-05-17-FB-0001

PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY

Do not remove this notice Properly destroy documents when no longer needed

Past Performance Questionnaire

Contract Identification:

Contractor Name: _________________________________________________________________________

Contract Number: _________________________________________________________________________

Date of Performance: ______________________________________________________________________

Building Name, Address, City, and State of Space Serviced: ________________________________________

Relevant Criteria: Yes or No

__________1. The contract is/was for installation of electronic equipment, data cabling, and electrical wiring in an occupied space with a minimum contract value of $150,000.

__________2. If this is a completed contract, the contract was completed no more than five years from the

closing date of this solicitation. __________3. If this is a current contract, it is at least 90% complete from the closing date of this solicitation.

Respondent Identification:

Name and Title: ___________________________________________________________________________

Agency/Company: _________________________________________________________________________

Address:_________________________________________________________________________________

Telephone: _______________________________________________________________________________

The attached survey must be completed by the respondent identified above and emailed to GSA Contracting

Officer at [email protected] on or before 12:00pm Central Time, December 12, 2016.

The relevant past performance references contacted will be evaluated with an adjectival rating, which in turn

will be translated into a numerical score, as indicated in the survey. The ratings will then be averaged for a

composite score.

Excellent Very Good Satisfactory Marginal Unsatisfactory N/A or No Response

5 4 3 2 1 0

Page 22: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

GS-P-05-17-FB-0001

PROPERTY OF THE UNITED STATES GOVERNMENT FOR OFFICIAL USE ONLY

Do not remove this notice Properly destroy documents when no longer needed

Past Performance Survey

Please check the level of the Contractor’s overall performance in each of the business management factors listed as it pertains to the referenced

project. Check “N/A” if the factor does not apply to the contract being rated. Please fill out in its entirety.

Evaluation Factor Performance Level

Excellent Very Good Satisfactory Marginal * Unsatisfactory * No Response (N/A)

1. Quality, accuracy, and timeliness of required documentation

2. Identification and reporting of problems and potential problems

3. Communicating/interfacing with customer

4. Compliance with technical requirements

5. Compliance with contract schedule

6. Contractor’s onsite management

7. Coordination of subcontractors

8. Responsiveness to change orders/modifications to the contract

*Please comment on all Marginal and Unsatisfactory ratings given, or on any other ratings, as desired.

____________________________________________________________________________________________________________________

____________________________________________________________________________________________________________________

Did the contractor file any claims? _________How many? _________And Why?____________________________________________________

Describe the contractor’s overall performance under your contract?_______________________________________________________________

____________________________________________________________________________________________________________________

Would you hire this contractor again? Yes(5) or No(0)

Do you have any additional comments either negative or positive concerning the contractor’s performance under your contract?

____________________________________________________________________________________________________________________

____________________________________________________________________________________________________________________

Thank you for your valuable input and assistance.

Page 23: REQUEST FOR QUOTE (RFQ) U.S. General Services Administration

GS-P-05-17-FB-0001

SAMPLE LETTER

Date

(Name) (Company Name) (Address) (City, State, and Zip Code)

RE: Reference for Past Performance

Dear (Name):

We are preparing a quote for the “DHS 6th Floor Tactical Analytical Unit” Project at the Custom House,

610 S. Canal Street, Chicago, IL 60607.

The solicitation requires submission of Past Performance Questionnaire/Survey. In accordance with the instructions, the questionnaire should be filled out and emailed to: Jennifer Styzek, Contracting Officer, at [email protected].

Please note GSA prohibits the release of the name of persons providing the responses. Complete confidentially will be maintained. Reference is being made to the Federal Acquisition Regulation 15.306(e)(4). The full text of this regulation may be found at http://www.arnet.gov/far.

Please complete the questionnaire/survey and email it to ensure it is received by the GSA Contracting Officer on or before 12:00pm, Central Time, December 12, 2016.

Sincerely,