Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2004 FBO #0936
MODIFICATION

S -- Ministry of Defense Annex

Notice Date
6/17/2004
 
Notice Type
Modification
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-R-0150
 
Response Due
6/20/2004
 
Archive Date
7/5/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, Fax null,
 
E-Mail Address
doug.kimmel@CPA-IQ.org
 
Description
As stated in amendment 08 this amendment completes the posting of the revised statement of work as follows: 10.2 INVENTORY AND REPAIR. The contractor will be required to maintain, repair or replace damaged items and acquire shortage items to bring all Government Furnished Property (GFP) to a Fully Mission Capable (FMC) operational status. The contractor shall perform monthly cycle inventories of the property in accordance with the applicable Joint Headquarters (JHQ) regulations. The contractor shall be responsible for maintaining all GFP to FMC standards. This does not include Maintenance for vehicles. 10.2.1 TOOLS AND EQUIPMENT. The contractor shall provide all tools, equipment for operation, materials, consumable/non-consumable repair parts and test equipment required to conduct repairs and maintenance. If the contractor invoices for and the Coalition Provisional Authority pays for the tools, equipment, materials, repair parts and test equipment ownership will be with the CPA, not the contractor, at the completion of performance. When the CPA pays for the tools, equipment, materials, repair parts and test equipment it will be considered Government Furnished Property (GFP) and will fall under the rules of Government Furnished Property and Property Administration rules. 10.3 SIGNS. The contractor shall provide, install and maintain signs as required to designate operational sections and services (e.g. Laundry, Base Headquarters); this will be coordinated with the COR. Signs will be of a standard size 1X3 ft for buildings, walls, and single post, 3X5 ft for double post, be written in English and Arabic, have reflective lettering and fabricated out of a sturdy metal material. 10.4 WATER SYSTEMS. The contractor shall operate and maintain all components of existing water systems to include providing bottled water at an average rate of 10 liters/summer day and 3 liters/winter day per person. 10.5 ELECTRICAL. The contractor shall maintain, repair, or replace electrical systems and equipment to include, but not limited to, lighting, air-conditioning/heating, refrigeration, freezer, electrical outlets (220V), generators, and IAF facilities that are identified by the COR and/or the PCO. 10.6 WASTE MANAGEMENT. The contractor shall operate and maintain waste management systems and programs for all facilities, coordinated with the COR, to include refuse containers and dumpsters, disposal of septic and food waste. 10.7 HAZARDOUS MATERIAL (HAZMAT). The contractor shall provide all materials and perform all services necessary for the collection, storage, and disposal of HAZMAT. Currently environmental regulations are being developed and once implemented the contractor will be required to be in compliance with CPA and Iraqi environmental regulations. 10.8 SUPPLY SUPPORT. The contractor shall operate and maintain a supply support center to provide all services associated with the provision and issue of supplies necessary to support a business in operation, (i.e., pens, paper, cleaning supplies, etc.) The contractor must provide his own facility. 10.9 FURNITURE STORE. The contractor shall be required to store and manage furniture supplied by the government. This service will include accounting for the furniture supplied to support the base, organizing furniture repair if damaged or requesting disposal and a re-supply action if furniture needs replacing. This service also includes the relocation of furniture when necessary, due to units or individuals changing locations. 10.10 BASE SHUTTLE SERVICE. The contractor shall provide shuttle bus service between the following key facilities on the base each day. The contractor shall implement a route schedule that provides round trip shuttle service every thirty minutes, or as determined by the COR. Shuttle services will operate between 0600 and 2300 daily, or as determined by the COR. Key Facilities: DFAC Barracks Headquarters PX/Shoppette Barbershop Billeting Main gate or other designated gates Any other key facilities designated by the COR. 10.12 VECTOR CONTROL. The contractor shall perform all pest control functions, to include animal removal, for the base camps. Pest control includes but is not limited to insects and rodents. The contractor shall conduct periodic inspections of suspected and/or vulnerable areas. 10.13 CLEANING SERVICES. The contractor shall provide general cleaning, housekeeping, and refuse disposal to all common areas to include office spaces, TV lounges, latrines, hallways, etc. The contractor will provide all cleaning supplies and consumables to include soap, toilet paper, mops and brooms. 10.15 INFORMATION TECHNOLOGY SUPPORT (IT) The contractor is not required to provide IT support or maintenance to base camp IT networks and equipment. The contractor will be required to provide his own automation equipment and services, or coordinate with the BSU once base facility IT is installed. 10.16 OFFICE TRAILERS The contractor will provide 10,000 square feet of air conditioned/heated, insulated, office trailer space that is no less than 1 foot off the ground with steps. It needs to be capable of supporting telephone, internet wiring/service, and have at least four electrical outlets. One out of every five trailers must have a toilet, sink and mirror bathroom to include an interior finger lock. The bathroom may either be connected to the permanent water and waste water system or a temporary system may be installed. 10.17 VEHICLE MAINTENANCE/VEHICLE MAINTENANCE FACILITY. The contractor will build a three car garage maintenance facility in order to conduct vehicle repairs. Until the facility is complete the contractor will still be required to conduct intermediate maintenance. The contractor shall equip, maintain, operate and conduct up to intermediate repairs on vehicles. The government will not furnish the facility. The contractor shall provide sufficient consumables and repair parts to do intermediate maintenance actions on vehicles. Refer to section 9.0 of this SOW for definition of Intermediate Maintenance. The contractor shall provide vehicle evacuation services for vehicles to return to the Base. The contractor shall provide the required recovery vehicles to tow or transport vehicles. The contractor shall provide these services IAW manufacturer handbooks and JHQ policy and procedures, which are currently being produced. Vehicle type and quantity include but not limited to: 10- Dodge Durango 10- Nissan Patrol 10- Nissan 4 door pick-up 5- Ashok Leyland 5-ton truck 2- 45 passenger Hyundai Bus and 4- 25 Passenger Bus 10.18 BULK FUEL/GAS STATION SERVICES AND WASH RACK. 10.18.1 Fuel Point The contractor will build a fuel point that will include one 500 gallon tank five feet above the ground for benzene and one 500 gallon tank five feet above the ground for diesel. The tanks must be grounded and have shut off valves. It will include a hose and pump with meter for the fuel as well as a gauge to measure how much fuel is in the tank. The pump power source and tanks shall be lockable and tamper proof. A sunshade will be built over the tanks. The contractor will provide two fire extinguishers. The Contractor shall establish a fuel point or fuel truck with the operating hours of 0800-2000, or as directed by the COR. The contractor shall order, after coordination with the COR, sufficient bulk fuel (diesel and benzene) to supply the BSU vehicles and equipment, and legitimate IAF/JHQ visitor?s vehicles. The contractor shall be capable of providing emergency fueling when required. The Contractor shall invoice the government monthly for fuel provided in support of base vehicle requirements. The Contractor is responsible to provide, maintain, and distribute the above class 3 items within 65km of the MOD Annex. These services are in addition to services that the contractor uses for its own vehicles. The hours of operation for this will be 0800-2000, seven days a week to include holidays. 10.18.2 Wash Rack In close proximity to the fuel point the contractor will provide a wash rack which will consist of a 3 foot elevated concrete ramp just for the tires while the center will be empty. It must be able to accommodate SUVs and cargo trucks. The contractor will provide a pressure washer with at least 3,000 psi. The contractor will provide the water connection to the water system 10.19 TRAILERS FOR BILLETING The contractor will provide 12 trailers for billeting. The contractor will conduct the necessary earthwork to prepare the ground for trailers. The contractor will install all utilities and connections for water, sewer and plumbing. The contractor will provide above the ground tanks for potable water and grey water. The contractor will provide all generators for electricity. The contractor will provide service and maintenance of all utilities. 10.19.1 Steel Base: Steel base of size 12m x 4m, shall be constructed using structural steel UPN 120 profiles, consisting of 5 double UPN beams back to back, or HEA 120 as an equivalent, bolted to 4 single longitudinal 12m long UPN beams and 2 single 4m long UPN beams at both ends. In addition, L40 x 40 x 4mm sections shall be bolted to inside face of the outer UPN frame. 14 no. channel sections shall be bolted to the UPN beams, at equal centres, to support the structure. 10.19.2 Flooring: 75mm thick insulated interlocking steel sandwich panels shall be securely fixed to the steel base. 15mm thick marine plywood shall be screwed to the sandwich panels, ready to receive the floor finish. 10.19.3 External walls: 75mm thick insulated interlocking sandwich panels having profiled steel external face, and plain steel inner face, color "Bone White." Panels shall be fixed to a mild steel angle of size 50x50x3mm at the top and bolted to the bottom steel plate using, using bolts of size 70x6mm. Internally, the walls shall be lined with 8mm thick decorative MDF melamine finish boarding, bonded and screwed to omega profiles. Boarding to be color "Ivory." The cavity provided by the omega profiles shall accommodate all electrical cabling and plumbing pipe work. Joints between boards shall be filled using PVC profiled "T "pieces of matching color. 100mm deep polyurethane skirtings with grooved upper section, and 50mm thick polyurethane profiles used as a cornice shall be used. Colors to match wall finish. 10.19.4 Roof: Steel profiled single skin panel sheeting. 40x40mm steel purlins at centres to suit sheeting lengths. Mild steel 15? pitched roof trusses at 2400mm centres. Clay or PVC ridge and hip tiles shall be used with joints filled with mortar. Colors as selected by Architect. Galvanized steel gutters and downpipes of color to match roofing panels. 10.19.5 Ceilings: 75mm thick insulated interlocking steel sandwich panels bowed at the centre to a maximum of 100mm. Decorative PVC profiled ceiling shall be fixed to underside using omega profiles as necessary to even out the sandwich panel deflection. Services shall be accommodated in the roof space. 10.19.6 Internal Partitions: 50mm thick insulated partition walls shall be lined with 8mm thick decorative MDF melamine finish boarding, bonded and screwed to omega profiles. Boarding to be colour "Ivory." The cavity provided by the omega profiles shall accommodate all electrical. cabling and plumbing pipe work. Joints between boards shall be filled using PVC profiled "T "pieces of matching color. 100mm deep polyurethane skirtings with grooved upper section, and 50mm thick polyurethane profiles used as a cornice shall be used. Colors to match wall finish. 10.19.7 Doors: External door shall be 2100 x 1000mm steel sandwich panel construction with aluminum frame. Door to have cylinder lock, internal thumb turn, and peephole. Other doors shall be 2100 x 900mm hollow PVC section, color "white" Bathroom door shall have internal thumb turn. All ironmongery shall be chosen from the 'Yale' range. Closet door shall be PVC foldable door, color "white." 10.19.8 Windows: Double glazed Thermo pane aluminum windows shall be fitted throughout. 6mm thick tinted glass externally and 6mm thick clear float glass internally. Windows shall be complete with fixed mosquito screen, weather strips, PVC, mastic sealant and locking device. Bathroom window to have obscure glass. Bedrooms shall be 1000 x 1200mm sliding windows and bathrooms shall be 400 x 500mm side opening casement windows. 10.19.9 Electrical Installation: All electrical cabling shall be routed through PVC conduits located within the wall construction. 13A, 220V white flush mounted switched socket outlets shall be located as shown on drawing. White square flush mounted light switches shall be located as shown on drawing. White ceiling mounted ceiling pendants shall be located as shown on drawing. 150mm diameter extract fans shall be located in the bathrooms, switched as shown on drawing. Switched spur point located below bathroom window. Instantaneous water heater located below bathroom window shall be capable of producing sufficient hot water for both shower and basin. External strobe light linked to smoke alarm shall be fitted to the ridge piece at the front entrance porch. 10.19.10 HVAC Installation: Split type AC units to be located in the bedrooms on gable walls; two ton units shall be capable of delivering 3kW cooling, 2.5kW heating Installation to include all electrical work and condensate drains. Units shall be capable of providing background heating in cooler weather. Chiller shall be located to the rear of the accommodation unit. All AC units shall be chosen from the "York Heating and Air Conditioning" range. 10.19.11 Sanitary Fittings: White ceramic WC, wash hand basin with pedestal and 800x800mm shower tray, with white acrylic shower screen and folding door with obscured glass panels. Chromium plated taps and shower fittings as selected. PVC pipe work to all fittings. 75mm PVC deep seal trap to wash hand basin and shower. 10.19.12 Finishes: Floors: Vinyl sheet finish throughout. All joints to be cold welded. Walls: Pre finished throughout. Ceilings: Pre finished throughout. Doors: Pre finished. Skirtings and Facings: Pre finished throughout. Cornices: Pre finished throughout. All colours as selected by Architect. 10.19.13 Finishes and Fittings approved by Architect and IRG representative: 10.19.13.1 PVC tongued and grooved wood grain effect ceiling finish by "Hunter Douglas." 10.19.13.2 All ironmongery by "Yale." 10.19.13.3 All electrical fittings and fixtures by "MK." 10.19.13.4 Distribution board by "Westinghouse." 10.19.13.5 Instantaneous water heater by "Valiant. 10.19.13.6 All sanitary ware by "RAK Ceramics." 10.19.13.7 Wash hand basin single swing lever mixer tap by "Grohe Eurosmart" 10.19.13.8 Shower single swing lever mixer valve and tap with soap dish by "Grohe Eurosmart" 10.19.13.8 All bathroom accessories by "RAK Ceramics- Orient range" (Toilet roll holder, soap dish, towel rail and toothbrush mug holder.) 10.19.13.9 Medicine cabinet with mirrored front and fluorescent light by "Favorit." 10.19.13.10 AC units by "York Heating and Air Conditioning." 10.19.13.11 All 2mm thick vinyl floor coverings supplied through manufacturer "Elba." 10.19.13.12 Floor drain, color white, 75mm diameter with integral trap, supplied through manufacturer "Elba." 10.19.14 General: Quality 10.19.14.1 A quality-testing engineer shall be appointed by the contractor to test all the components upon arrival at the factory and reject those that are not do not meet the required standard. 10.19.14.2 Electrical work. After installation, all electric wiring shall be tested and approved prior to the units leaving the supplier's Sandwich panels Standard width: 1000mm. Thickness: 75mm. Sandwich panels shall be Varifoam flat type (VFF) flat on both exterior and interior surfaces External and internal skins of the sandwich panels shall be galvanized steel O.50mm thick according to ASTM A853, structural quality with hot dipped commercial quality galvanized coating designation G-90 (275g/m2), and finished on the exposed surface with standard polyester coating in bone-white colour. Polyisocyanurate foam core insulation is injected between the 2 skins having a U value ofO.29W/m2;oC and a density of about 38kg/m3. 10.19.14.3 Plumbing: Cold water inlet connection shall be 19mm (% inch) diameter. Wash hand basin drain outlet shall be 32mm (1% inch) diameter. Shower drain outlet shall be 32mm (1 % inch) diameter. WC outlet shall be 100mm (4 inch) diameter. Hot water outlet from the water heater shall be copper. All other pipework shall be PVC. All materials utilised in plumber work installation shall be guaranteed new and free from any defect. All fittings shall be tested for quality before installation as well as after installation under pressure, against leakage. 10.19.14.4 The wire mesh as selected by the architect as an external underskirt to mask the footings and prevent ingress of vermin etc shall be a final site installation. 10.19.14.5 Contractor shall allow for one shelf, and one chromium plated hanging rail in the closet. 10.19.14.6 The contractor shall assume full responsibility for the transportation by road of all the units, using a reputable and reliable transportation company to have them transported on flat bed semi-trailer from Jordan to the site. 10.19.14.7 The contractor shall be responsible for all site installation, including construction of concrete plinths and foundations, connections to all utilities, (water, sewage and power) placing of water storage tanks, placing of sewage holding tanks and placing of LPG tanks adjacent to units. 10.19.14.8The contractor shall be responsible for treatment of the ground base against Termite attack; using only "Termidor." No other product will be accepted. The treatment shall be carried out in complete accordance with the manufacturer's written instructions. The contractor shall advise on any required ongoing planned maintenance.
 
Place of Performance
Address: Ministry of Defense Annex
Country: Iraq
 
Record
SN00605694-W 20040619/040617212625 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.