SOLICITATION NOTICE
Z -- Saw and seal expansion and mortar joints on walkways and terraces at Mount Rushmore National Memorial.
- Notice Date
- 7/7/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- MWR - Black Hills Contracting - Mt Rushmore National Memorial 13000 Hwy 244, Bldg. 31, Suite 1 Keystone SD 57751
- ZIP Code
- 57751
- Solicitation Number
- N150006M072
- Archive Date
- 7/7/2007
- Small Business Set-Aside
- N/A
- Description
- Mount Rushmore National Memorial Scope of Work Saw and Seal Paver Joints from the Start of the Avenue Flags to the Front of the Pergola Section B: Starting at the beginning of the Avenue of Flags and ending at the end of the Borglum Court, consisting of approximately 2,126 Linear Feet of Expansion Joint and 13,885 Linear Feet of Mortar Joint. Saw cut 2,126 linear feet of expansion joint located in Section B, as defined by the Contracting Officer's Representative (COR), to the required specification of ?" wide and 2 ?" deep. Expansion joints defined as any straight joint in excess of 8 linear feet or as identified by the COR. Clean saw cut of debris using compressed air and prep for caulk per manufacturers guidelines. Close expansion joints with 1" closed cell polyurethane backer rod and ?" wide x ?" deep TREMCO THC 900 Aluminum Stone two part caulk. Caulk finish elevation must match surface elevation of surrounding paver stones. Saw cut 13,885 linear feet of paver mortar joint located in Section B, to the required specifications of 3/8" wide by 1/2" deep. There is approximately 100 linear feet of mortar joint per 100 square feet of surface. Clean saw cut of debris using compressed air and prep for caulk per manufacturers guidelines. Close all paver mortar joints with TREMCO THC 900 Aluminum Stone two part caulk. Caulk finish elevation must match surface elevation of surrounding paver stones. Section C: Starting at the end of the Borglum Court and ending at the Front of the Pergola, consisting of approximately 1,795 linear ft. of Expansion joint and 17,336 Linear Feet of Mortar Joint. Saw cut 1,795 linear feet of expansion joint located in Section C, as defined by the COR, to the required specification of ?" wide and 2 ?" deep. Expansion joints defined as any straight joint in excess of 8 linear feet or as identified by COR. Clean saw cut of debris using compressed air and prep for caulk per manufacturers guidelines. Close expansion joints with 1" closed cell polyurethane backer rod and ?" wide x ?" deep TREMCO THC 900 Aluminum Stone two part caulk. Caulk finish elevation must match surface elevation of surrounding paver stones. Saw cut 17,336 linear feet of paver mortar joint located in Section C, to the required specifications of 3/8" wide by 1/2" deep. There is approximately 100 linear feet of mortar joint per 100 square feet of surface. Clean saw cut of debris using compressed air and prep for caulk per manufacturers guidelines. Close all paver mortar joints with TREMCO THC 900 Aluminum Stone two part caulk. Caulk finish elevation must match surface elevation of surrounding paver stones. OTHER PROJECT REQUIREMENTS All sawing, grinding and debris removal operations shall be completed between the hours of 11:00 P.M. and 6:00 A.M. Clean-up of sawing and debris removal operations shall be completed no later than 6:30 A.M. daily. Work site and staging area shall be maintained free of debris and cleaned at the end of each work shift. No material/product substitution is allowed. All material application will be performed in accordance with manufacturer guidelines; temperature, humidity, winds, rain, etc. Contractor shall be responsible for placement of appropriate pedestrian traffic control devices. Devices and locations shall be approved by the COR. As this work site is a National Memorial with high numbers of national and international visitors, inappropriate dress, behavior, and loud/inappropriate language will not be tolerated. Likewise, loud and inappropriate music is not allowed. All OSHA and Department of Labor standards/requirements shall be strictly adhered to by all individuals associated with this project. Debris will be removed from the work site/staging area daily and placed in an approved container. All construction debris shall be disposed of at an approved, State licensed landfill. All project questions or concerns will be brought to the attention of the COR. A construction meeting between the COR and Contractor Project Supervisor will be scheduled daily to discuss project status, concerns, and other project issues. All interested parties are encouraged to conduct a site visit prior to submitting a proposal for this project to become acquainted with existing materials, site conditions, and other issues associated with this project. This contract will be an Evaluated Procurement. Proposals will be evaluated based on the best value to the government. Non-cost related evaluation factors are Past Performance and Technical Capability. Combined, these factors are approximately equal to cost or price. The offeror shall provide contact information for a minimum of three and a maximum of five previous clients for projects completed similar to this one within the past five years. The evaluation team for this project will contact these clients and seek information on the following: 1. Past Performance (50%) - The offeror will be evaluated on the perception of its customers in the following areas: Quality of work: evaluated by capability of offeror, experience of key personnel, compliance with contract requirements, compliance with Federal, state and local laws and regulations, cooperation during performance and commitment to customer satisfaction. Timeliness of Performance: evaluated by the offerors responsiveness to technical direction, ability to coordinate work schedules, and success in meeting project timelines. Cost Control: evaluated by the offerors ability to perform within budget, change order history, accurate and timely billing. 2. Technical Capability (50%) - The offeror will be evaluated on their demonstrated technical abilities in the following: Experience with saw cutting joints in paving stones in an area of several short (in length) cuts. Experience with placing a variety of joint sealants and caulking compounds for use or application in and around granite, concrete and asphalt. Experience operating saw cutting and support equipment in a park or high visitor use setting that requires a higher level of visitor safety protection compared to a remote work location (ie highway projects). Experience working a variety of shift work to include overnight work shifts. Experience working in a park or other high visitor use setting. Proposals must be submitted on government provided forms only. Award of this project will be in accordance with the Small Business Competitiveness Demonstration Program (Public Law 100-656). This project is subject to the Davis-Bacon Act. The maginitude of this project is between $25,000 and $100,000. NAICS: 238140, P&S: Z299. This solicitation will be available ONLY on the Department of Interior (DOI) website at http://ideasec.nbc.gov. Bid package will be available O/A 07/26/06 and will close 08/25/2006 at 02:00 pm MST., unless extensions are issued in an amendment. NO PAPER COPIES WILL BE MAILED>
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2204190)
- Place of Performance
- Address: Mount Rushmore National Memorial Pennington County 13000 Hwy 244, Bldg 31, Ste 1 Keystone, SD 57751
- Zip Code: 57751
- Country: USA
- Zip Code: 57751
- Record
- SN01084661-W 20060709/060707221414 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |