U.S. Consulate General Hyderabad, India April 06, 2016 To: Prospective Quoters Subject: Request for Quotations number SIN470-16-Q-0001 Enclosed is a Request for Quotations (RFQ) for Renovation of USIEF at existing facility at American Consulate Building in Hyderabad, India. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the following as part of your offer: Blocks 17a, 17b, 30a, and 30c of the SF-1449 cover form The pricing schedule in Section One Other company information as called for in Section Three The U.S. Government intends to award a contract/purchase order to the responsible company submitting an acceptable quotation at the lowest price technically acceptable. We intend to award a contract/purchase order based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. The Consulate will hold a pre-proposal conference at the Consulate, located at 1-8-323, Chiran Fort Lane, Begumpet, Secunderabad – 500 003, on Monday April 18, 2016 at 14:00 hours local time. Interested vendors should submit the names of their representatives attending this conference to S.Sarveshnath Gupta tel. 91 40 4033-8449, fax 91 40 4033-8301, email: [email protected]no later than on Wednesday April 14, 2016. Please submit your quotations by email :[email protected]no later than Friday April 22, 2016. Sincerely, Jennifer Chin Contracting Officer Enclosure
54
Embed
U.S. Consulate General Hyderabad, India. Consulate General Hyderabad, India April 06, 2016 To: Prospective Quoters Subject: Request for Quotations number SIN470-16-Q-0001 Enclosed
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
U.S. Consulate General Hyderabad, India
April 06, 2016
To: Prospective Quoters
Subject: Request for Quotations number SIN470-16-Q-0001
Enclosed is a Request for Quotations (RFQ) for Renovation of USIEF at existing facility at American
Consulate Building in Hyderabad, India. If you would like to submit a quotation, follow the instructions
in Section 3 of the solicitation, complete the following as part of your offer:
Blocks 17a, 17b, 30a, and 30c of the SF-1449 cover form
The pricing schedule in Section One
Other company information as called for in Section Three
The U.S. Government intends to award a contract/purchase order to the responsible company submitting
an acceptable quotation at the lowest price technically acceptable. We intend to award a
contract/purchase order based on initial quotations, without holding discussions, although we may hold
discussions with companies in the competitive range if there is a need to do so.
The Consulate will hold a pre-proposal conference at the Consulate, located at 1-8-323, Chiran Fort Lane,
Begumpet, Secunderabad – 500 003, on Monday April 18, 2016 at 14:00 hours local time.
Interested vendors should submit the names of their representatives attending this conference to
UNDER DPAS (15 CFR 700) DESTINATION UNLESS BLOCK IS MARKED
SEE SCHEDULE
13b. RATING
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO: Code 16. Administered by:
See Attached.
17.a. CONTRACTOR/OFFEROR CODE FACILITY CODE
TELEPHONE NO:
18a. PAYMENT WILL BE MADE BY
Electronic Funds Transfer (EFT)
17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN
OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS
BLOCK BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO.
20.
SCHEDULE OF SUPPLIES/SERVICES
21.
QUANTITY
22.
UNIT
23.
UNIT PRICE
24.
AMOUNT
RENOVATION OF USIEF AT EXISTING FACILITY AT AMERICAN CONSULATE BUILDING, PAIGAH PALACE, HYDERABAD, TELANGANA, INDIA
(Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN TWO
(2) COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.
29. AWARD OF CONTRACT: REF. ___________ OFFER DATED
___________. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (Type or Print)
Jennifer Chin
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV3/2005)
PREVIOUS EDITION IS NOT USABLE Computer Generated Prescribed by GSA - FAR (48 CFR) 53.212
3
19.
ITEM NO.
20.
SCHEDULE OF SUPPLIES/SERVICES
21.
QUANTITY
22.
UNIT
23.
UNIT PRICE
24.
AMOUNT
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ____________________________
32b. SIGNATURE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED
CORRECT FOR
36. PAYMENT 37. CHECK NUMBER
PARTIAL FINAL
COMPLETE PARTIAL
FINAL
38. S/R ACCOUNT NO.
39. S/R VOUCHER NO. 40. PAID BY
41.a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (PRINT)
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER
41C. DATE
42b. RECEIVED AT (Location)
42c. DATE REC’D (YY/MM/DD) 42d. TOTAL CONTAINERS
STANDARD FORM 1449 (REV. 3/2005) BACK
4
TABLE OF CONTENTS
Section 1 - The Schedule
SF 1449 cover sheet
Continuation To SF-1449, RFQ Number [SIN47016Q0001],
Prices, Block 23
Continuation To SF-1449, RFQ Number [SIN47016Q0001],
Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement
Attachment 1 to Description/Specifications/Performance Work Statement, Government
Furnished Property
Section 2 - Contract Clauses
Contract Clauses
5
SECTION 1 - THE SCHEDULE
CONTINUATION TO SF-1449
RFQ NUMBER - [SIN47016Q0001],
1. PERFORMANCE WORK STATEMENT
The purpose of this contract is to obtain Renovation of USIEF at existing facility at American
Consulate Building.
This is a fixed-price contract for Renovation of USIEF at existing facility at American Consulate
Building. The contractor shall furnish managerial, administrative and direct labor personnel to
accomplish all work required by this contract. Specific services are described in detail below.
1.2. Personnel. The contractor shall provide a qualified work force capable of providing the
services required by the contract.
1.2.1
GENERAL REQUIREMENTS
The following scope of work is for proposed removal and installation of drywall; replace floor
tiles, the drop (false) ceiling, cleaning of side walls install new light fixtures, remove /replace
the UPVC window and painting in the USIEF areas as mentioned in the attached drawing at
annex-2, The American Consulate, Hyderabad.
The installation includes survey of specified office space during site visit in the consulate
building to understand the present services and divide the work in phases to accommodate all the
services which may get affected due to construction of the above subject task.
Contractor has to provide activity chart towards execution of the project well in advance .This
will help us to do the in-house task of electrical /AC works with out and overlapping with other
activity.
1.3. MANAGEMENT AND SUPERVISION
1.3.1. Cleaning of floor , ceiling and dry wall surface. Clean the interior ceiling,
side walls, windows, floor tiles, grills and ceiling with mild soap detergent
water. All required cleaning supplies are of scope of vendor. 1.3.2. DEMOLITION / REMOVAL / INSTALLATION OF DRY WALL.
The Contractor shall barricade the areas currently under renovation as per phases. All the existing doors installed in the Contractor's working area
shall be locked and sealed with plastic sheet so that dust shall not pass through it to the adjoining areas during demolition work.
6
The Contractor shall protect all the existing services in the area under renovation as deemed necessary. All the services shall be restored back to
original condition after completion of renovation work.
Contractor shall remove old drywall without disrupting the main frame
works . Supply and install new dry wall using 12.5 mm thick gypsum India board. The gypsum board partition wall is from the floor slab to ceiling height. The partition shall be erected with suitable metal stud and Fastener
to the existing frame already installed. Follow relevant IS codes for wall construction. Area is approx. -1400 SQFT. Cost will be paid based on
actual execution of works. Follow the relevant IS specifications for construction of drywall. Cost should include joint tape with POP and coat of primer.
Vendor to clean every day work site after completion of the work.
And clear the debris/ scrap site from the facility weekly once.
1.3.3. DEMOLITION / REMOVAL / INSTALLATION OF FLOOR TILES.
Remove the damaged tiles and clear from the site.
Supply and install new floor tiles with same pattern and color to the affected area. Cost should include civil masonry works to install the same at the
location .During the site visit we will show the location. Successful bidder will be provided with the sample tile. Installation can be
done only after approval of sample. Approximate area 120 Sq. ft
1.3.4 DEMOLITION / REMOVAL / INSTALLATION OF UPVC WINDOW.
Contractor to remove the existing security grill installed at the window .After installation the UPVC window security grill is to be fixed at the same location cost should include all fasteners and Hilti Glue and suitable
anchors total quantity is 2. Requirement : size approx. 48”x79” .It has two fixed windows at top and
two opening window at bottom .Replace of existing PVC window with New UPVC window of same design and associated fittings quantity 2 each
The existing window shall be removed and properly finished with masonry any correction is required in the opening for plumb and alignment shall be
of vendor scope.
7
Contractor should include cost towards supply and installing the UPVC windows to perfectly fit the opening size of the removed window area
Contractor shall supply UPVC windows as per specification It should meet
Indian climatic condition. The material used shall be UPVC for lower impact on environment and shall be lead free.
The window shall be energy saving ,heat insulated framing with good sealing between opening and fixed work to avoid insects ,whistling and rattling sound nuisance .The product shall comply to the prevailing
standard for sound transmission losses .
The materials shall be fire resistant per (BS 476 part 7) and should also comply with standard of ignitability and surface spread of flame.
1.4 PROFILE:
The window frame / profile shall be extruded from pristine white high impact modified window grade UPVC and must be color fast .The profile used shall be in compliance to BS 7413 and EN / DIN and equal or superior
standard suitable to Indian condition s for surface finish, residual stress, dimensional tolerances, ageing, and UV stability and weld strength.
The profile shall be hallow 3 chamber ( across depth ) with wall thickness
(outstation ) of 2.5 MM .Total depth /thickness of profile shall 65/118 MM .the
profile shall be uniform and free from foreign bodies .
1.5. Reinforcement:
The profile section for main frame and shutter shall be reinforced with galvanized mild steel for optimum strength .Reinforcement shall be made from mild steel of 1.5 too 3MM thickness as per strength requirements .The
reinforcement shall be installed in accordance with recommended actions.
The reinforcement is to be installed to within 25 MM if any weld in the
frame and shall be in single continuous length .The reinforcement shall be secured to the profile so that it does not move or rattle and it maintains the
structural integrity of the frame and satisfactory thermal separation
1.6. FABRICATION:
The window units shall be designed with tall corner joints, transom
joints and mullion joints being mitered and fusion welded. All excess material is to be neatly trimmed .There is to be no mechanical joining of the profile.
8
The window units shall be designed so that the route of drainage is prevented from passing through the reinforcement chamber .The finished
product shall be free from all sharp edges, Burr and the like that may be hazardous to the user.
The dimensional tolerances on the finished outer frame height and width
shall be + or - 3MM. Frame assemblies shall be such that they can be installed
square with in a maximum difference in the diagonals of 4 mm.
1.7. GLASS AND SCREEN MESH:
The windows shall comprise of insulated glass with two 5 mm thick float
tempered glass panes with 12 mm air gap in between .the exterior should have low emissivity coating.
Overall thickness: 5 mm (glass) + 12 Mm (air) + 5 MM ( Glass )= 22 MM.
Window shall be such that glazing or re-glazing in site is possible without the need to remove the outer frames for the structure of the building
.adequate size UV resistant bead / glazing gasket of high quality for holding the glass, Good sound and thermal insulation and dust prevention shall be provided.
All beads will be cut at the correct degree recommended by the
manufacturer .Glass retention clips must be filled in accordance with the
systems supplier’s recommendations.
1.8. WEATHER SEALS AND HARDWARE.
The weather seal to be used in windows is to be a bubble EPDM as per
ASTM –D4112 & ASTM –D2240 codes. The weather seals are to be fitted in
continuous lengths and grooves .In all window units ,Adequate drainage should be provide to permit the escape of water from platform or horizontal
members beneath each sealed unit .monsoon stop to be provided wherever necessary to provide barrier to excess rain water
Specifications for hardware .All windows shall be complete in all respect with necessary hardware for smooth operation .Good quality hardware such as handles ,Hinges ,locking mechanism , Rollers, tower bolts shall be provided
with suitable warranty and grantee , The lock shall be anti-lift with multi point locking of stainless steel ( SS304 or SS430 ) or shall be approved corrosion
resistant material . The manufacturer shall be responsible for replacement of any hardware no working at the time of installation
The supplier shall provide 10 % more expandable hardware like lock, Handle, etc. for future repair /replacement.The Contractor shall remove foreign
material, cuttings, grass, leaves, bark, limbs, dead vegetation, paper, and trash from the
maintained areas including walkways, stairways and curbs within or adjacent to the area. The
9
Contractor shall remove all debris and equipment from the work site before the end of each
remove collected debris to an authorized disposal site. The Contractor is responsible for all
expenses incurred in the collection and disposal of debris.
1.9. GENERAL SPECIFICATIONS FOR WINDOWS.
Fasteners shall be designed so that they cannot be released from the
outside by the insertion of a thin blade, shall not be operable or removable from the outside, when it is fastened in the closed position, except by use of special tools or breaking part of the window.
Any deviation from above specification shall be clearly discussed and
replacement shall only be done with Mutual agreement between consulate and supplier.
Manufacturer shall offer a warrantee underwritten by a company nominated executive in the window profile used in the manufacture of UPVC
window systems for period of 10 years from the date of installation .The warrantee has to cover all abnormal defects in workmanship / quality.
Manufacturer to provide us with all necessary calculations for wind load and dead load bearing capacity of the window members.
Manufacturers to provide with the necessary copies of the hardware catalogue for final approval.
1.10. INSTALLATION OF THE NEW FALSE CEILING AREA -1050 SQ FT
1.10.1. Mineral Board Acoustic False Ceiling.
Contractor has to provide a grid system to act as support for all the hangers supporting the new false ceiling and grid.
Contractor shall supply and fix false ceiling tiles of size 600mm x 600mm X 16mm according to the room size acoustical Mineral Fiber ceiling tiles, Armstrong 'Dune' RH-99 or equivalent , Fire rating of Class '0'/ Class '1'
or equivalent (microlook edge) laid on 15mm Silhouette & shadow line perimeter grid in White color with black reveal.
The framework shall comprise of main runner spaced at 600 mm centers
securely fixed to the structural soffit by approved hangers at 600 mm
maximum centers. Hangers (GI wire of 4.0mm dia) to be fixed by approved roof
10
plug, level adjusters and screws etc. The last hanger at the end of each main runner should not be greater than 450mm from the adjacent wall. The Contractor shall fertilize and lime the soil to promote proper health, growth, color, and
appearance of cultivated vegetation, following proper horticultural practice for the types of
vegetation, soil, weather conditions, and seasons of the year.
1.10.2. Prima Fine Fissure Board Tiles False Ceiling.
Provide and install Acoustic Ceiling board tiles (Prima Fine Fissured
board) of size 600 x 600 x 15mm make (Existing level of the ceiling shall be maintained). Perimeter Angles shall be 3000-mm long and 19 mm web height
to support Main Runner and Cross-ties. Angles shall be screw fixed inside the wall. Main Runner shall be 3600mm long and 38mm web height. Cross Tee shall be 1200mm long and 30mm web height.
Main Runners and Cross Tees shall be supported by Hanger Wire (make
ARMSTRONG) fixed/anchored on the roof / ceiling slab at a maximum distance of 4’ c/c.
Entire new drop ceiling is to be supported from the ceiling vendor to submit the data along with the quote for the support system all material/ fabrication cost are of vendor’s scope.
Post will do the electrical / AC Related tasks .
Vendor to provide reflected ceiling plan along with the lighting drawing
layout. 1.10.3. ELECTRICAL/ Air conditioning post tasks.
All the works will be done by post staff materials will be intended separately such as LED lights , Split
AC units , conduits and wires.
1.11 Painting work.
The Contractor shall follow these specifications in addition to attached general specifications for painting.
Note: All paint to be used shall be lead free and eco clean,
Paint the walls of all the office areas interior area is 4500 Square feet and
exterior is 40000 Square feet The Contractor shall follow general specifications for painting enclosed with the scope of work. The Contractor shall arrange all
painting material and associated tools. Entire area shall be painted with ‘ASIAN’/ NEROLAC/ BERGER make, luxury acrylics premium plastic emulsion
11
paint ECO clean odor less (water based, lead free) matching to existing color or as approved by the consulate .
The Contractor shall adopt following procedure for painting
i) The Contractor shall put one coat of primer on dried up. ii) Over primer the Contractor shall apply chalk powder putty to make
the rough surface smooth.
iii) The Contractor shall put cement-based primer over and above the smooth surface to seal it for any kind of perforations. After putting this primer wall can be painted with paint of approved color with two coats
The Contractor shall scrape the areas wherever there are seepage spots
and provide a coat of cement primer before painting.
The Contractor shall strictly follow the manufacturer instructions
regarding paint use and application.
Cover all the equipments and appliances with plastic sheet. For 4500 SQFT area after cleaning vendor have to do 3 coats of paints
after primer Other areas of interior and exterior two coats of paint is required 40000
SQ FT
1.12. Following are the guidelines for the Contractor to follow during the
renovation:
The Contractor worker's work area shall limited to the work area and his
workers shall not loiter around.
Maximum of the noisy work and other work involving major dust
Emission shall be performed after office hours or on Saturdays Sunday.
1.13. SAFETY.
All works shall carry out in accordance with necessary safety and security requirements. Particular attention shall be given to personal
protective equipment, guardrails, scaffolding, electric leads and access ladders. The attached “Accident Prevention Clause” and “Safety Requirements for Scaffolding” applies to this contract.
12
At any time, the work site shall not be left in an unsafe condition or any other condition that might cause injury to personnel, damage to existing work,
plants or equipment.
During the work in progress, execute and maintain safety standards by using hard hats, cotton gloves and goggles as may be required. All work shall be done with the aim of avoiding injury or damage to any person or property.
All work shall be done with in co-operation with Consulate staff ensuring
strict safety control on or about the work areas.
The Contractor shall submit a report to COR in case of any injury /
accident or damage to property happened on the site.
Any equipment or work considered dangerous shall be immediately
discontinue or stopped.
1.14. MATERIAL.
All the materials to be used throughout the project shall be as mentioned
in the scope of work and specifications above. In case of non-availability of any specified materials the approval shall be taken from COR for using equivalent
material. All the materials shall be new and of good quality. Defective material shall be immediately removed from site or otherwise treated as directed by the COR. The Contractor shall use / install all the material as per manufacturer
recommendations.
1.15 General Notes for this Project.
The Contractor shall quote separately for each task . Bill Will be
processed on actuals.
This will a firm fixed price contract, with no adjustments for any
escalation in cost or prices of labor or material later in the project.
The Contractor shall collect security forms for daily wage badges and
cleared badges for his workers from us after contract is awarded to him. Cleared badges are provided for persons to escort the daily wage badge holders working on the site. Duly filled forms shall be submitted to us ASAP. It takes
approximate 10-15 days from mission security to clear the daily wage badge holders, and approximately 30 days for cleared badge holders.
Note: As per Consulate security guidelines, 1 cleared badge holder can
escort 4 daily wage badge holders.
The Contractor will assure that one technical supervisor shall always
13
remain on the site that can understand and speaks English.
The Contractor shall inform and provide in writing transportation details (vehicle registration number, drivers name and date of delivery) to the FMS at
least 72 hours in advance for material deliveries to avoid security restrictions.
The Contractor will secure all existing smoke detectors and relocate the
same into the new drop ceiling without joints (post will provide fire rated wires. loose wiring above false ceiling and restore them after finishing the work. Any damage done to surroundings on the site will be The Contractor's responsibility
to restore matching to existing before start of the new work.
Working hours shall be 8:30 A.M. to 5:00P.M. Monday to Saturday. No work shall be done on Sundays and holidays.
Providing and fixing of power/ light sockets, outlets along with its wiring will be the Contractor's responsibility. Temporary power arrangements may be
required to continue service to occupants as required.
All painting material shall be of ASIAN/Nerolac make and shall be lead
free.
The Contractor is liable to dispose off all the debris from the proposed
site and dispose it away from the Consulate premises as previously stated.
It will be The Contractor's responsibility to ensure that no dust seeps through area under modifications to the other working areas.
The Contractor, has to advise us if any shift existing furniture well in advance 72 hours before to carry out the task .
The Contractors are advised to go through the SOW thoroughly and keenly look the site / working conditions at site during The Contractors walk
through. The Contractor will be responsible for determining the amount of labor and material that will be required to complete the project.
The Contractor needs to complete and submit Consulate provided Security forms ASAP after award of the contract. Without security clearances
the Contractor won't be allowed to start the work on site. The Contractor will be provided with a few cleared badges, i.e., escorts not required. These escorts will be responsible to escort his people. No extra escort will be provided from
Consulate for this purpose.
The Contractor shall inform the FMS (before starting any demolition work) if any
damage is found on the work site for example, broken window glass, damaged door, etc. Any
14
damage reported later shall not be entertained and will have to be replaced matching to existing
at the Contractors own cost.
All the material used in the project shall be as per Manufacturer’s
recommendation.
The Contractor workers can use toilets located at Annex -2 second floors Building compound (location will be shown at the time of the through).
1.16 Accident Prevention Clause. 1.16.1 General:
The Contractor shall provide and maintain work environments and procedures, which will (1) safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to The Contractor
operations and activities; (2) avoid interruptions of Government operations and delays in project completion dates; and (3) control costs in the performance of
this contract. For these purposes, the Contractor shall—
1. Comply with the standards issued by any local government authority having jurisdiction over occupational health and safety issues; and
2. Ensure that any additional measures the Contracting Officer
determines to be reasonably necessary for this purpose are taken.
1.16.2 Records.
The Contractor shall maintain an accurate record of exposure data on all accidents
incident to work performed under this contract resulting in death, traumatic injury,
occupational disease, or damage to or theft or loss of property, materials, supplies, or
equipment. The Contractor shall report this data in the manner prescribed by the Contracting
Officer.
1.16.3 Subcontracts.
The Contractor shall be responsible for its subcontractors' compliance with this clause.
1.16.4 Written Program.
Before commencing the work, the Contractor shall—
1. Meet with the Contracting Officer to discuss and develop a mutual understanding relative to administration of the overall safety program.
15
1.16.5 The Contracting Officer shall notify the Contractor of any non-
compliance with these requirements and the corrective actions required. This
notice, when delivered to the Contractor or the Contractor's representative at site, shall be deemed sufficient notice of the non-compliance and corrective
action required. After receiving the notice, the Contractor shall immediately take correction action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order suspending all or
part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any suspension of work
issued under this clause.”
1.17 Safety Requirements for Scaffolding.
The scaffolds, supports erected will be sound, safe and strong. Material
used will be best of their kind to avoid any mishap or failure. Under no circumstances scaffolds or platforms will be overloaded.
Right type of ladder will be used for every job. Ladders in the conditions mentioned below are prohibited.
When the ladder is too short to too long for a job. Metal ladder on electrical jobs. When rungs of ladder are defective, broken or missing.
Nails or screws protrude out at any place. Two ladders are spliced.
The side rails and rungs have splinters and sharp edges. The rungs are not evenly spaced. The footrest of skid type.
More than one person will not be allowed to climb up or go down the
ladder simultaneously.
Planks or platforms used for climbing and or used as a means of access
to scaffolding or foundation work, will have crass battens at suitable distance and will not be less than 45 cm in width. They will be strong enough to hold safely, the weight of the maximum number of persons that that may be present
at a time or at any time.
While storing any structural material it must not: Obstruct the passage, obstruct the road or create unsafe condition, which may result in an accident or a mishap.
Working at a height from where, there are chances of worker falling
through the height of 2 meters or more all precautions should be taken to ensure proper hand hold and foot hold that the chances of fall do not exist. The following precautions should be taken while working at height.
16
a) Safety belts will be used. b) If safety belt cannot be the net will be tied below the work place to
prevent fall of a person on the ground. c) The tools or loose material like nuts, bolts will be kept in a proper tool
bag.
17
SECTION 2 - CONTRACT CLAUSES
SUPPLIES OR SERVICES AND PRICES/COSTS
SCOPE OF SERVICES
The Contractor shall provide personnel, supplies and equipment, as identified in this
solicitation for repair and maintenance services as described in statement of work, of this
contract.
TYPE OF CONTRACT
This is a fixed price type contract for scheduled maintenance services as defined in the
attached statement of work. The fixed price will include all work, including furnishing all labor,
materials, equipment and services, overhead (including cost of Workers’ Compensation and
War-Hazard Insurance, which shall not be a direct reimbursement) and profit, unless otherwise
specified.
PRICES/COSTS
VALUE ADDED TAX (VAT). The Contractor shall include VAT as a separate charge on the
Invoice and as a separate line item.
Inspection by Government: The services being performed hereunder and the supplies
furnished therefor will be inspected from time to time by the COR, or his/her authorized
representatives, to determine that all work is being performed in a satisfactory manner, and that
all supplies are of acceptable quality and standards.
The Contractor shall be responsible for any countermeasures or corrective action, within
the scope of this contract, which may be required by the Contracting Officer as a result of such
inspection.
INSTRUCTIONS FOR SUBSTANTIAL / FINAL COMPLETION / PUNCH LIST
SCHEDULE/ TIMELINE
Please note that before commencement of the work the contractor will provide a schedule. This
schedule should list time lines to include substantial/ final completion/ punch list times and any
other times that require any types of deliverables. This schedule shall be prepared by the
contractor in due coordination with the COR. The contractor should coordinate with the COR to
discuss and agree on the schedule before commencement of the project. COR should plan for
this schedule accordingly. Due to unforeseen circumstance that could arise during these projects
this schedule will be flexible and can change as long as COR and the contractor both agree on
any changes
18
INSPECTION AND ACCEPTANCE
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates the following 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 address:
http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm
These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not
available at the locations indicated above, use the Department of State Acquisition website at
http://www.statebuy.state.gov/ to see the links to the FAR. You may also use an internet
“search engine” (for example Google, Yahoo, Excite) to obtain the latest location of the most
current FAR.
FEDERAL ACQUISITION REGULATION (48 CFR CH. 1)
CLAUSE TITLE AND DATE
52.246-4 INSPECTION OF SERVICES – FIXED PRICE (AUG 1996)
52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996)
QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP)
This plan is designed to provide an effective surveillance method to promote effective Contractor
performance. The QASP provides a method for the Contracting Officer's Representative (COR)
to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and
notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the
Government, is responsible for management and quality control to meet the terms of the contract.
The role of the Government is to conduct quality assurance to ensure that contract standards are
achieved.
Performance Objective
PWS
Paragraph Performance Threshold
Services
Performs all maintenance services set forth
in the Performance Work Statement (PWS)
As per
attached
scope of
work
All required services are
performed and no more than one
(1) customer complaint is
received per month
Surveillance. The COR will receive and document all complaints from Government
personnel regarding the services provided. If appropriate, the COR will send the complaints to