Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

Z -- Erect metal fencing with two MHE gates, Defense Distribution Center San Joaquin (DDJC), Building 286, Sharpe Site, Lathrop CA

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-07-T-0113
 
Archive Date
9/30/2007
 
Description
Contractor to provide all supervision, labor, equipment and material to install new 13 ft-6in high fence with three strands of barbed wire and two 10ftx10ft sliding gates. Fencing installation will be on concrete surface. Work will be performed at the Defense Distribution Center San Joaquin (DDJC), Building 286, Sharpe Site, Lathrop CA. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item. It is expected the contractor will attend the site visit and thoroughly familiarize himself with the project. All work shall be performed complete and in accordance with the Scope of work listed below and applicable drawings. Drawings will be provided when the solicitation package is issued. The scope of work includes: 1.0 Delivery, Storage and Handling 1.1 Deliver fence material and accessories to job site in an undamaged condition. 1.2 Store material off the ground to provide protection against Oxidation caused by ground contact. 1.3 All fence material and accessories must be clearly tagged; indicating contractor?s name and contract number. 1.4 Contractor shall be at job site to receive delivery of material. Government will not accept any delivery. 2.0 Product 2.1 Chain-link Fencing and Accessories 2.1.1 Fabric 2.1.1.1 Fence fabric shall be zinc-coated steel, 9 gauge core wire size. 2.1.1.2 Mesh size; two (2) inches, provide selvage (knuckled at one end selvage and twisted and barbed at the other). 2.2 Gates 2.2.1 Cantilever sliding wheel sliding gate. 2.2.2 Shape and size of gate frame as shown on drawing. 2.2.3 Frame and bracing member found of steel alloy. Steel member finish; zinc-coated. 2.2.4 Gate fabric as specified for fence fabric. 2.2.5 Gates leaves more than 8 feet wide shall have intermediate members as necessary to provide rigid construction, free from sag or twist. Attach gate fabric to gate frame in accordance with manufacturers standards, except that welding will not be permitted. Arrange padlocking latches to be accessible from both sides of gate, regardless of latching arrangement. 2.2.6 Posts, Top Railing and braces 2.2.6.1 Line post; class 1, steel pipe grade A, size 4 in. diameter. 2.2.6.2 End, corner and pull post; class 1, Grade A, size 4 in. diameter. 2.2.6.3 Braces; class A, steel pipe, Grade A, size 2 in. diameter with one-quarter in. x 8 in. x8 in. plate anchor one end to concrete floor. 2.26.4 Top and middle railing; class 1, Grade A, size 1/5/8 in. diameter. 2.2.7 Fencing accessories 2.2.7.1 Tie wire shall be steel, hog wire, tension wire, tension bands and tension bar. 3.0 Execution 3.1 Fence installation 3.1.1 Secure fence fabric to end post, line post and fence railing with proper fasteners in accordance with fence manufacturers written installation instructions. 3.2 Post Spacing 3.2.1 Provide line post spaced equal distance apart, not exceeding 10 feet on center. Provide gate post spaced as necessary for size of gate openings. Provide corner or pull posts, with bracing in both directions, for changes in direction of 15 degrees or more. 3.3 Post Setting 3.3.1 Set post plumb. 3.3.2 Secure post base to concrete surface before performing other work on post. 3.4 Bracing 3.4.1 Brace gate, corner and pull posts to nearest post with a diagonal truss rod and truss tightener used as a tension member. 3.5 Top and Middle Rails 3.5.1 Install top and middle rails before installing chain-link fabric. Pass top rail through supporting arms. Provide expansion coupling as joint of top railing 3.6 Bottom tension wire 3.6.1 Install bottom tension wire and pull wire taut. 3.7 Fabric 3.7.1 Pull fabric taut and secure fabric to top rail, middle rail and bottom wire, close to both sides of each post at maximum intervals of 24 inches on center. Secure fabric to gate posts and end post using tension bars. Secure fabric to line post using steel ties wires, spaced at fifteen (15) inches on center. Install fabric so that bottom of fabric is two (2) inches above concrete surface. Install fence fabric to provide approximately two (2) inch deflection at center of fabric span between two posts, when a force of approximately thirty (30) pounds is applied perpendicular to fabric. Fabric should return to its original position when weight is removed. 3.8 Accessories Installation 3.8.1 Supporting Arms Install supporting arms to accommodate top rail. Install supporting arms as recommended by manufacturer. In addition to Manufacturers standard connections, permanently secure supporting arms to post. 3.8.2 Barbed Wire Install barbed wire on supporting arms above fence post. Pull each strand taut and securely fasten each strand to each supporting arm or extended member. 3.8.3 Gates Install sliding gates to slide as indicated on drawing. 3.9 Grounding 3.9.1 Ground fencing as indicated on drawing. 3.10 Cleanup 3.10.1 Remove waste fencing material and other debris from the area. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed and complete the entire work ready for use within 30 calendar days after receipt of the Notice to Proceed. This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 238990. The small business size standard is $13,000,000. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of Request for Quote (RFQ) SP3100-07-T-0113 for the above stated requirement is on or around July 16, 2007. A site visit will be conducted. The exact date and time for the site visit will be stated in the RFQ package. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the RFQ package will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible concerns may submit a quotation which shall be considered by this agency. The Government intends to award one contract as a result of the quotation. Award will be made to the lowest priced offeror. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Place of Performance
Address: Defense Distribution Center San Joaquin (DDJC), Sharpe Site, Lathrop CA
Zip Code: 95304
Country: UNITED STATES
 
Record
SN01329849-W 20070630/070628220137 (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.