Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
SOLICITATION NOTICE

Z -- ISC GALLEY FLOOR UPGRADE

Notice Date
1/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
326192 — Resilient Floor Covering Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199, UNITED STATES
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-07-Q-3WG060
 
Response Due
3/8/2007
 
Point of Contact
John Lukondi, Contract Specialist, Phone 757-483-8555, Fax 757-483-8623, - Dale Kendrick, Purchasing Agent, Phone 757-483-8541, Fax 757-483-8623,
 
E-Mail Address
john.m.lukondi@uscg.mil, Robert.D.Kendrick@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a construction contract under the Davis-Bacon Act. SCOPE OF WORK REMOVE AND REPLCE WITH EPOXY FLOORING THE GALLEY CARPET IN THE UPH BUILDING AT INTEGRATED SUPPORT COMMAND PORTSMOUTH, VA WORK COVERED BY CONTRACT: Contract work shall encompass the following items of work as described in these specifications. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Ancillary work items not listed below, though necessary to attain the completed project, shall be included in the contract. WORK INCLUDED: The contractor shall provide all labor, materials, equipment, transportation and supervision necessary to perform the work as described herein. All work shall be conducted per this scope of work and all applicable Federal, State and Local laws, regulations, codes and directives. Work of an incidental nature not expressly described in this scope although necessary to complete the project shall be included. GENERAL: Electrical power, water and sanitary facilities are available at the site. Use of electrical power is limited to tools that can operate on 120V AC/ 60Hz, single phase. SCOPE OF WORK: REMOVE AND REPLACE WITH EPOXY FLOORING THE GALLEY CARPET IN THE UPH BUILDING LOCATED AT THE INTEGRATED SUPPORT COMMAND PORTSMOUTH, LOCATED IN PORTSMOUTH, VA 1.1 Preparation: Field verify measurements of area to be covered with the epoxy flooring. The approximate area is 2,491 Sq. Ft. Coordinate with Galley staff and Government Representative to secure portions of the dinning area for carpet removal and epoxy flooring installation. Remove and store in a conex box the furniture, planters and partitions as needed to expedite carpet removal and epoxy installation. Prepare area by removing furniture etc. from each area as it is affected. Remove carpet, transition strips and cove base. Also remove residue from concrete slab that could prevent proper adhesion of new epoxy flooring including fibers, foam or any other remains of carpet adhering to the slab. Prepare slab to receive new epoxy flooring by applying filler, floor leveler etc. to concrete slab so as to limit any flaws in slab from being visible after epoxy installation. Provide and install new epoxy flooring, cove base etc. removed during carpet removal. As each section of the flooring is completed the contractor will put all furniture and planters back in the completed section. Contractor is responsible for keeping at least one half of the galley dining area open at all times. Contractor shall not deny access to scullery area, dining area or tray return area at any time when dining facility is open to serve meals. This area will need to be done after hours or on weekends. Contractor shall provide government with MSDS sheets for all materials used on job this includes glue, mastic, floor leveler materials etc. Contractor shall provide manufactures recommendations for each product used on the job site. All manufactures? literature shall be strictly adhered to. This is to include recommended wait times between mastic removal, leveling compound being applied and new epoxy flooring being installed. Each step of the process must be inspected and approved by Government representative or the Government will not accept work as complete. The Government will provide the Contractor with a signed and dated acceptance of each step in the sealing process. 1.2 Upon completion and acceptance of work the contractor shall provide the government a 1-year warranty on all materials and labor. NOTE 1: All trash shall be removed from the base. Contractors shall manage and dispose of all wastes resulting from their operations in accordance with applicable local, state, and federal requirements. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify quantities before submitting bids. Interested parties shall make arrangements for a site visit with Robert Lewis at 757-638-2662. MILITARY REGULATIONS: The contractor, his employees and sub contractors shall become familiar with and obey all station regulations. All personnel employed on the project shall keep within the limits of the work and avenues of ingress and egress, and shall not enter any other areas outside the site of work unless required to do so in the performance of their duties. The Contractor?s equipment shall be conspicuously marked for identification. There shall be no smoking in any Coast Guard building. WORK HOURS: The Contractor shall perform the on site work during the normal operational hours of 7:00 am and 4:00 pm Monday through Friday except Federal Holidays. Any deviation from normal hours must be approved 24 hours in advance by Robert Lewis. PERFORMANCE: All work shall be completed within 30 days of notice to proceed. CLEANUP OF WORK AREAS: The Contractor shall remove and properly dispose of all trash, and debris incident to the contract work from the limits of government property, as well as all adjacent affected areas. Disposal shall be in accordance with Local, State, and Federal regulations. Any floor, wall or ceiling surfaces that may have been stained or soiled by the contract work shall be restored to pre-construction condition. ACCEPTANCE OF WORK: Prior to acceptance of work by the Coast Guard, the Contractor shall arrange through Robert Lewis as final inspection of the work site to ensure compliance with all contract requirements and to identify necessary corrective work. COST BREAKDOWN: Cost estimate shall be broken down into materials, labor and equipment costs for each line item. END OF SCOPE NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-APR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-07-Q-3WG060/listing.html)
 
Place of Performance
Address: 4000 Coast Guard Blvd, Portsmouth, VA
Zip Code: 23703-2199
Country: UNITED STATES
 
Record
SN01267778-F 20070407/070405223828 (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 |
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.