Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

80 -- Re-Painting of the Interior of Two Buildings at the Hebbronville Border Patrol Station

Solicitation Number: HSBP1007Q1208
Agency: Department of Homeland Security
Office: Customs and Border Protection
Location: Procurement Directorate - DC
  • Print
:
HSBP1007Q1208
:
Presolicitation
:
Added: July 18, 2007 Modified: July 30, 2007Track Changes
THIS NOTICE IS BEING AMENDED TO EXTEND THE RESPONSE DATE TO AUG 1, 2007.

------------------------------------------------------------------



The U.S. Customs and Border Protection, Border Patrol, Laredo Sector has a requirement for Re-Painting the Interior of two Buildings at the Hebbronville Border Patrol Station, located at 34 E. St. Hwy 359, Hebbronville, TX 78361. This requirement is being awarded under FAR Part 13 and will result in issuance of a purchase order. This solicitation is being issued as a Request for Quote. Quotes are being requested and written solicitation will not be issued. The request for quote number is HSBP1007Q1208. This requirement is solicited as a TOTAL SMALL BUSINESS set aside. NAICS code is 238320. One firm-fixed price order is anticipated to be awarded as a result of this request for quote.



CLIN 0010 Labor and Materials to paint approximate 50,000 sq ft at Hebbronville Station in accordance with the attached Statement of Work $ ___________________??????????



Central Contractor Registration (CCR) applies to this acquisition. Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-009. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52.232-1 Payments; 52.232-8 Discounts for Prompt Payment; 52.233-1 Disputes; 52-243-1 Changes ? Fixed Price Alternate II (APR 1984); 52-247-34 F.O.B. Destination and 52.249-1 Termination for Convenience of the Government. Wage Determination dated February 9, 2007, #TX20070118-TX118 applies to this acquisition and is made available upon request.



QUOTES DUE DATE



Quotes are due by July 30, 2007 at 5:00 PM Central Time. All responsible sources should submit a response via email to: patricia.pequeno@dhs.gov; or fax to (956) 764-3272. Questions regarding this requirement should be forwarded to Patricia Pequeno via email or via phone @ (956) 764-3282.



See Statement of Work (SOW) Below:



STATEMENT OF WORK FOR HEBBRONVILLE STATION INTERIOR RE-PAINT PROJECT



Location: U.S. Department of Homeland Security, U.S. Customs and Border Protection, Hebbronville Station, 34 East Hwy 359, Hebbronville Texas 78361.



Background: The Hebbronville Station main building and maintenance building interior painted walls are damaged, unsightly, and in need have repair. The stations increased personnel deserve a clean and astatically pleasing environment which fosters professionalism and pride.



Project Description: To prep, patch and paint, approximately fifty-thousand (50,000) square feet (main building and maintenance building) of walls, doorframes, doors, trim and ceiling (not drop ceilings) of the reception room, all hall ways, processing area, control room, muster room, holding cells, administrative offices and other rooms and bathrooms in the main building; and hallways, offices and other rooms in the maintenance building at the Hebbronville Station. All paint will match the existing paint in color and finish.



Contractor will employ drop cloths and other protection to completely safeguard furnishings, and contractor will be held accountable for any damages to the building and its furnishings caused by the contractor.



The station will be painted in the order of priority stated above.



Contractor is responsible for the removal and replacement of all furniture, wall hanging, light switch covers and outlet covers to be moved to gain access to any space indicated in SOW needing painted.



GENERAL REQUIREMENTS: Contractor will be responsible for the patch, prep, and painting of approximately fifty-thousand (50,000) square feet of walls, doorframes, doors, trim and ceilings (not drop ceiling) of the reception room, all hallways, processing area, control room, muster room, holding cells, administrative offices, and other rooms and bathrooms in the main building; and hallways, offices and other rooms in the maintenance building at the Hebbronville Station. All paint will match the existing paint in color and finish. All materials used by contractor will be new. The Contractor is responsible for the cost of repairing or replacing (at the discretion of the COTR assigned to this project by the contracting officer) all Government property that is damaged by the prime contractor or any of its subcontractors, such as but not limited to walls, floors, fixtures, etc. All health and safety standards will conform to OSHA regulations 29 CFR 1910 and 1926. The contractor will maintain liability insurance to cover injuries of its own employees as well as injuries to 3rd parties as a result of activities carried out by the prime contractor and his sub contractors. The contractor will provide written proof of liability insurance upon request from the Contracting Officers Technical Representative (COTR). All work will meet or exceed municipal, Local, State, and National, (NEC, FCA, IEEE, NEMA, ANSI), codes and standards that apply. All items will be applied and work completed according to manufacture recommendations, and is consistent with work prepared at the journeyman and craftsman level. This is a turnkey project, all inclusive single source of equipment, materials and the application of painting. The contractor will coordinate with the COTR to schedule planned work, estimated down times, and other items that may affect operations in any way of the Station and its personnel. Confine operations to areas within contract limits indicated on drawings. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. Keep driveways and entrances serving the premises clear and available to the (Organization) and the government's employees at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. All materials will meet or exceed specifications.

Preliminary Design: Contractor shall submit a basic concept and proposed plans and preliminary painting details, staying within this Scope of Work. Proposal shall include cost estimates and outline specifications (cut sheets). Basic fieldwork will have been completed by the contractor to aid in submitting and developing the specifications/design to the existing conditions.



SITE VISIT



Contractor shall perform a site inspection to study and ascertain size, amount, and type of materials required and observe the sites general layout. Contractors must make this request in writing by Monday, July 23, 2007 via email to: patricia.pequeno@dhs.gov or fax (956) 764-3272. Site visit is scheduled for Tuesday, July 24, 2007 at 11:00 AM, at the Hebbronville Border Patrol Station located at 34 E. St. Hwy 359, Hebbronville TX 78361. Point of Contact will be Dwayne McGee, Maintenance Supervisor.



SPECIFIC REQUIREMENTS



Patch Prep and Paint:



Reception room, all hall ways, processing area and control room, muster room, administrative/supervisor offices, all other rooms, and bathrooms in the main and maintenance buildings:



Patch:

Walls and Ceilings, (not drop ceilings):

?Vinyl spackling or fiber tape and joint compound for large holes and block filler for block walls.



Doors and Doorframes:

?Holes and deep dents will be patched with bondo and sanded smooth.



Other Trim:

?Wood putty, bondo, or other patching compound approved for use by the COTR for the specific application.



Prep:

Walls and Ceilings, (not drop ceilings):

?Walls will be washed with a mild degreaser and allowed to completely dry, block filler and primer applied as needed.



Doors and Doorframes:

?Metal doors and frames will be washed with a mild degreaser and allowed to completely dry, spot prime bare metal with Benjamin Moore M06 metal primer, it may be applied by spraying if door is removed to the outside or a foam roller.



Other Trim:

?Trim will be washed with a mild degreaser, and allowed to completely dry, the surface will be slightly sanded with a very fine sand paper to improve adhesions, primer will be applied by cut in brush and or a foam roller.



Paint:

Walls and Ceilings, (not drop ceilings):

?Walls, apply one coat Benjamin Moore Super Spec 276 Latex Semi gloss, applied by roller.

?Contractor will remove, paint, and reattach all items such as, switch and plug covers, white boards, bulletin boards, and all other wall hangings, etc.

?All paint will be applied by roller and or brush, no paint will be applied by spraying. There will be NO paint runs in the new painted areas, old runs will be mended during the patch and prep phases. The newly applied paint will have a consistent appearance over all. Light fixtures, fire alarms, sprinkler heads, and other sensors not painted in the project areas, will be protected from painting

?A/C louver and other items already painted will be re-painted.

?The processing Area benches will also be painted, 100% coverage. Spot prime bare metal with Benjamin Moore M06 metal primer. One coat of Benjamin Moore M22 Industrial Enamel

?The processing area pistol cabinet will also be painted. Spot prime bare metal with Benjamin Moore M06 Metal Primer. One coat of Benjamin Moore M22 Industrial Enamel.

?Drop cloths will be used. The contractor is responsible for clean up of all splatter of the floors, glass, and other non-painted surfaces.

?Application will insure full surface coverage and contact.



Doors and Doorframes:

?Metal doors and frames, apply one coat of Benjamin Moore M22 industrial enamel. May be applied by spraying if door is removed to the outside or a foam roller.

?Application will insure full surface coverage and extend below the concrete footers.

?Use Moorcraft Superspec Acrylic epoxy.

?Benjamin Moore Super Spec 276 Latex Semi gloss.



Other Trim:

?Metal and wood trim will be handled as the door and doorframes are.



Holding Cells:



Surface prep: Peeling paint will be removed by scraping and sanding. All areas to be painted will be scrubbed with a ten to one solution of Krud Kutter and water. Followed by rinsing with water. Metal doors, frames and window trim will be sanded and cleaned. Repair damaged surfaces, as needed, special attention to corners and behind doors.



Ceilings: One coat of Benjamin Moore 023 Fresh Start Primer. One coat of Benjamin Moore M43 Acrylic Epoxy.



Walls: Prime peeling areas with one coat of Benjamin Moore M31 Epoxy Block Filler. One coat of Benjamin Moore 023 Fresh Start Primer. One coat of Benjamin Moore M43 Acrylic Epoxy.



Metal doors, frames and window trim: Spot prime bare metal with Benjamin Moore M06 metal primer. One coat of Benjamin Moore M22 industrial enamel



?Walls in cells will be washed with degreaser and block filler and primer applied as needed. Area of concern is under the benches.

?Contractor will remove, paint, and reattach all items such as, switch and plug covers, white boards, bulletin boards, etc.

?All paint will be applied by roller and or brush, no paint will be applied by spraying.

?Light fixtures, fire alarms, sprinkler heads, and other sensors not painted in the project areas, will be protected from painting.

?A/C louver and other items already painted will be re-painted.

?Drop cloths will be used. The contractor is responsible for clean up of all splatter of the floors, glass, and other non-painted surfaces.



PROJECT MANAGEMENT



Contractor is responsible for the clean up, backfill and removal of all debris associated with the project from the site.



Contractor will comply with all Federal Acquisition Regulations (FAR) including the Davis-Bacon Act.



POINT OF CONTACT



Patricia Peque?o, Contracting Officer (CO)

(956) 764-3282, Fax (956) 764-3272



PLANS AND SCHEDULE



Scheduling: All work, and contractor?s activities will be from 8:00 a.m. to 4:30 p.m., Monday through Friday, with Federal Holidays excluded. All contractor?s activity will be scheduled so that completion of activities will take place during the specified time. The contractor will coordinate with the COTR and the Hebbronville Station Patrol Agent in Charge or his representative to schedule planned work and phases of work, estimated down times, and other items that may affect operations of the station.



PERIOD PERFORMANCE



Project will start within twenty-one (21) calendar days of award, and be completed (fully operational) within forty-nine (49) calendar days.



POST AWARD CONFERENCE



A post award conference will be held at the project site before any work begins. The contractor?s project manager, his alternate and the COTR and his APOC will be at this meeting. Other personnel may attend.



POST AWARD MEETINGS, REVIEW AND OR AUDITS



Contractor Project Manager may request a meeting, review or audit if necessary with the COTR/APOC assigned to this project within 72 hours notice.



CO/COTR or APOC may request a meeting, review or audit if necessary within 24 hours notice.



GOVERNMENT FURNISHED EQUIPMENT FACILITIES AND MATERIALS



Storage space and staging areas can be arranged at the project sites if needed and one small holding cell can be used for storage. Coordination is necessary 72 hours in advance with the COTR/CO. Please be advised there is no security at the site. One restroom in the Maintenance Building can also be made available. The on-site dumpster can also be used as long as space for refuse from normal operations is not hampered, or additional pickup trips are required.



WARRANTY



Warranty duration is for one year after all work has been accepted by COTR. Contractor must provide warranty statement in their proposal.



EVALUATION CRITERIA



A firm-fixed price order will be made to the lowest technically, responsive and responsible offeror, whose proposal will meet the Governments requirement.



PAYMENT



A purchase order will be issued for the work described in this notice. NET 30 payment terms will apply to the order, however, payment will not be made until inspection and acceptance of work has been performed by the COTR or APOC and an original invoice has been submitted for the accepted work. An invoice shall not be submitted until all work has been completed and accepted by the COTR or APOC.



SECURITY PROCEDURES



A. Controls



The Contractor shall comply with the Bureau of Customs and Border Protection (CBP) administrative, physical and technical security controls to ensure that the Government's security requirements are met.



B. Identification Badges



All Contractor employees shall be required to wear identification badges and/or orange vest as applicable when working in Government facilities. These items will be provided by contractor.



Contractors and its employees will be required to report to the Hebbronville Station, 34 E. St. Hwy 359, Hebbronville, TX 78361 to obtain an ID and sign in on a daily basis. Contractors and employees are to return the Ids by COB each day no later that 4:30 p.m.



C. Security Background Data



A Contractor employee shall not begin working under the contract until a favorably Background Check is completed with approval from U.S. Border Patrol Assistant Chief Patrol Agent in charge. Exceptions to this requirement will be handled on a case-by-case basis, and access to facilities, systems, data, etc. will be limited until the individual is cleared.



Contractor employee personnel hired to work within the United States or its territories and possessions that require access to CBP facilities, information systems, security items and products, and/or sensitive but unclassified information shall either be U.S. citizens or have lawful permanent resident status.



The following security screening requirements apply to both U. S. citizens and lawful permanent residents who are hired as Contractor personnel. All personnel employed by the Contractor or responsible to the Contractor for the performance of work hereunder shall be able to favorably pass a Background Check. The Contractor shall submit within ten (10) working days after award of this contract copies of employee?s Drivers License (s), Social Security numbers, Birth Certificate and/or I-551 (Resident Alien Card). The copies must be faxed to Contract Specialist Patricia Pequeno at 956-764-3272.



Failure of any Contractor personnel to pass a favorable Background Check means that the Contractor has failed to satisfy the contract's requirement to provide cleared personnel. The continuing failure to meet the requirement to provide cleared personnel is grounds for termination of the contract, unless cleared personnel are timely provided as replacements. The Contractor must provide a qualified replacement capable of passing a favorable Background Check. This policy also applies to any personnel hired as replacements during the term of the contract. The Contracting Officer must approve all personnel replacements.



D. Notification of Personnel Changes



The Contractor shall notify the Contracting Officer via phone, FAX, or electronic transmission, no later than one work day after any personnel changes occur. Written confirmation is required for phone notification. This includes, but is not limited to, name changes, resignations, terminations, and reassignments (i.e., to another contract.)

:
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
:
34 E. St. Hwy 359Hebbronville, TX
78361
:
Patricia Pequeno, Contract Specialist, Phone 956/764-3282, Fax 956/764-3272, Email patricia.pequeno@dhs.gov