Installation of a new guard booth for the HRC Residence.
STATEMENT OF WORK
Installation of a new guard booth for the HRC Residence.
1.0 SCOPE OF WORK
1.1 The U.S. Mission in Geneva is soliciting proposals for the design and installation of a 3 square meter guard booth for the HRC residence.
1.2 The guard booth will be composed of 50 mm insulated sandwich board and measure 1.5 meters (length) by 1.7 meters (width), and 2.5 meters (height). The booth will include a door and a window on opposite walls.
1.3 The booth will be installed on a 3 meter (length) by 3 meter (width) foundation composed of 50 cm pavers and a gravel + sand base. The foundation will support a 1000 kg load.
1.4 The inside of the booth will be finished with an LED overhead light, 2 220v power outlets, and a 12,000 BTU split inverter AC unit.
1.5 The power requirements for the installation is 230/16A.
1.6 The US Mission is located at 11 Route de Pregny, Chambesy-Geneva.
1.7 All inspections shall be requested through the Embassy’s Facility Manager [FM]. Work shall be completed as expeditiously as possible. The Contractor shall coordinate with the FM for job sequencing.
2.0 GENERAL REQUIREMENTS
2.1 The work shall be executed in a diligent manner in accordance with a negotiated firm fixed price and performance period. The period of performance for the project shall be completed in 30 calendar days from the issuance of the Notice-to-Proceed.
2.2 The Contractor shall have limited access to or be admitted into any structure outside the areas designated for the project except with permission by the Mission.
3.0 GOVERNMENT MATERIAL (GM)
3.1 NA
4.0 ADMINISTRATION
4.1 The Contractor shall not conduct any work that is beyond this Statement of Work and accompanying specifications unless directed in writing by the Contracting Officer [CO]. Any work done by the Contractor beyond this SOW and accompanying specifications without direction from the CO will be at the Contractor’s own risk and at no cost to the Mission.
4.2 The Contracting Officer [CO] shall provide a Notice to Proceed [NTP] to the Contractor. No work shall be initiated until the NTP is issued by the CO
5.0 RESPONSIBILITY OF THE CONTRACTOR
5.1 The Contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all services furnished. The Contractor shall, without additional compensation, correct or revise any errors or deficiencies in its services.
5.2 The Contractor shall identify a Project Site Manager who shall be responsible for the overall management of the project and shall represent the Contractor on the site during work.
5.3 The Project Site Manager shall communicate to the FM all accomplishments, arising concerns and proposed solutions, any proposed changed orders, and any other pertinent information required to report the progress of performance.
5.4 The Contractor shall verify all materials provide operational dependability. The Contractor assures the completed ceiling shall be easily maintained or replaced with readily available materials and services.
5.5 Any cost associated with services subcontracted by the Contractor shall be borne by and be the complete responsibility of the Contractor under the fixed price of this Purchase Request.
6.0 PRE-CONSTRUCTION REQUIREMENTS
6.1 The Contractor shall visit the site to fully inform themselves of all the conditions and limitations applied to the work and submit a firm fixed price cost proposal for all the work. No subsequent cost allowance will be made to the Contractor for neglect of the existing conditions.
6.2 Provide a statement that the Contractor’s company and all personnel are experienced in fabricating and installing portable building units similar to type and scope required for the work.
7.0 WORK REQUIREMENTS
7.1 The Contractor shall be responsible for all required materials not provided by the Embassy, equipment and personnel to manage, administer, and supervise the project. All workmanship shall be of good quality and performed in a skillful manner as determined by the COR.
7.2 All materials and equipment incorporated into the project shall be new unless noted otherwise.
7.3 The Contractor shall provide Personal Protective Equipment (PPE) appropriate for the manner of work undertaken at each stage of the project. The Contractor shall provide fall protection when working from an elevated work site.
7.4 The Contractor shall perform the work at the site during the Mission’s normal workday hours Monday through Friday.
7.5 Cleanup: The Contractor shall keep the work area, including storage areas, free from accumulations of waste materials on a daily basis. The Contractor shall coordinate the delivery and use of a dumpsters for construction debris.
8.0 PROJECT SECURITY
8.1 The work to be performed under this contract requires that the Contractor, its employees and sub-contractors submit corporate, financial and personnel information for review by the Mission. Information submitted by the Contractor will not be disclosed beyond the Mission.
END OF STATEMENT OF WORK
Note that your quotations must be submitted on or before Monday 14th August 2023 at 17:00 pm to the following email address: genevaprocurement@state.gov
Other Important information:
SAM registration is recommended for all contractors interested in doing business with the U.S. Government. For foreign vendors, registration is REQUIRED for any entity wishing to participate in tendering exercises for contract awards estimated at $25,000 and above.
There is no charge to register, and the application can be requested online from the SAM official website www.sam.gov