Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

Z -- REPAINTING AIRCRAFT PARKING AREA AND WARNING SIGNS 165TH GARDEN CITY GA.

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-10-T-0010
 
Response Due
9/5/2010
 
Archive Date
11/4/2010
 
Point of Contact
John.B.Tompkins, 912-966-8271
 
E-Mail Address
USPFO for Georgia
(john.tompkins@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Performance Work Statement 165th Airlift Wing Paint Parking and Taxiway of the 165th Airlift Wing Aircraft Ramp, Savannah HH IAP PART 1 - GENERAL 1.1. PROJECT DESCRIPTION: Paint specified parking and taxiway markings for the 165th Airlift Wing on the Parking Ramp of the 165th Airlift Wing, Savannah Hilton Head International starting and ending in close coordination with 165th Airlift Wing with airfield management yet no later than September 1, 2010. 1.2. CONTRACTORS DUTIES Ramp and Taxiway Concrete: Provide all personnel, material, equipment, tools and incidental items required for proper preparation to include sandblasting existing markings to prepare the surface. In addition contractor is to provide painting of the aircraft parking area markings, and taxiway markings in accordance with all available drawings and specifications within the 165th Airlift Wing Ramp at the Savannah Hilton Head International Airport. (There is approximately 7500 LF of yellow with black taxi lines.) Furthermore, the contractor will paint 36 restricted area warning signs, 40 tie downs location areas, 16 grounding points, and 8 nose gear markings. These markings will also be in accordance with all available drawings and specifications within the 165th Airlift Wing Ramp at the Savannah Hilton Head International Airport. In addition to the proposal based on 7500 LF the contractor shall provide a unit price of the yellow with black taxi lines based on a unit price per linear foot. PART 2 PRODUCTS AND SUBMITTALS 2.1. Do not use any material containing lead or asbestos in the work. 2.2. Provide Hazardous Materials Data Sheet and all appropriate Material Safety Data Sheets 72 hours before work commences, and procure no materials until an approved copy of all submittals have been returned by the government. Any unauthorized item procured without a government approval is at the contractors sole risk. 2.3. Provide Contractor personnel and vehicle pass information at least 72 hours before commencement of work. PART 3 EXECUTION 3.1. EXAMINATION, PREPARTION AND APPLICATION 3.1. The contractor shall furnish only experienced craftsman skilled and qualified in the trades in which they are hired to work, and shall provide adequate numbers of craftsmen to secure execution of the project construction in the most sound, expeditious and economic manner. 3.2. Examine substrates and conditions, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 3.3. Verify suitability of substrates, including surface condition and compatibility with existing finishes and primers. 3.4. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 3.5. Beginning coating application constitutes Contractors acceptance of substrates and conditions. 3.6. Comply with manufacturers written instructions and recommendations. 3.7. Insure that all available drawings and specifications are complied with: See attachments PART 4 ADDITIONAL CONTRACTOR RESPONSIBILITIES 4.1. Contractor will comply with Safety, Health and Environmental requirements in accordance with TABS A & B to this statement of work. 4.2. Prior to commencing operations, the contractor, by careful examination, shall ascertain the nature and location of the work to be performed, and shall review the existing local conditions. 4.3. The contractor shall verify in the field the existence and location of all utilities prior to starting work. 4.4. Contractor shall verify all measurements and requirements. 4.5. The Contractor shall be responsible for disposal of all materials removed, as well as daily job-site clean up. 4.6. Licenses: The contractor and subcontractors shall be licensed by the State of Georgia. 4.7. Contractor will coordinate start date with government user so as not to conflict with other government business. PART 5 WORK SCHEDULE 5.1. Working hours for the Contractor will normally be between the hours of 7:00 a.m. and 5:30 p.m., excluding Saturdays, Sundays and federal holidays. Any deviation from this schedule must be approved by Mr. Larry Brantley, 165 Civil Engineer Squadron, 912-963-3492. PART 6 CONTRACT CLOSEOUT 6.1 Provide the following upon Contract Closeout: a. Contractors Base Security Badges and Vehicle Passes b. Final Invoice TAB A Safety and Health Requirements 1.Safety and Health Requirements: a. Initiate and maintain such programs as to comply with the provisions of the Air Force Occupational Safety and Health Standards. Provide the education and training of employees and subcontractors personnel in the recognition, avoidance and prevention of unsafe conditions and evaluation and control of all potential health hazards. b. Follow all requirements found in any and all United States Air Force, Federal, State and local statutes, rules, regulations and policies pertaining to the handling, treatment, disposal, etc., of any hazardous wastes and/or materials used or discovered in the performance of this contract including, but not limited to, the obligations in 40 C.F.R. and 42 U.S.C. Contractor shall insure that all personnel have been properly trained in accordance with 29 C.F.R. c. Submit data on all Hazardous Materials to be used on this project in accordance with FAR 52.223-3 and AF FAR 52.223-9000. d. Follow the procedures established in the Contractors Guidelines for the Handling of Hazardous Materials provided in Section 01800-Forms. TAB B Environmental Requirements 1.Environmental requirements: a.The contractor shall comply, and ensure that all subcontractors comply, with all applicable environmental federal, state and local laws, regulations, ordinances standards, and Presidential Executive Orders. b.Green procurement is a mandatory component of the Air Force pollution prevention program. Executive Order 13123 requires federal agencies to expand waste prevention and recycling programs, and implement Green Procurement Programs. The contractor shall use the least toxic, environmentally friendly materials available that will satisfy project specifications. The contractor shall submit documentation that the product meets project specifications and satisfies GPP requirements. All work shall be performed in a manner minimizing pollution of air, water and land as required. Please direct all questions regarding the GPP requirements to the Contracting Officer or the Environmental Office at 912-966-8496. c.The contractor shall notify the Contracting Officer upon encountering any material, not identified in the contract, but thought to be hazardous that could jeopardize the safety of workers or personnel in the area. d.The contractor shall provide the Contracting Officer a list of all hazardous materials that the contractor will bring unto government property and shall further provide a Material Safety Data Sheet (MSDS) for all hazardous chemicals as defined in 29 CFR 1910-1200. The contractor shall complete the Hazardous Materials Registration Sheet as provided in this statement of work. The form shall be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous. In addition, the contractor shall observe proper storage practices for hazardous materials stored on base. e.In the event of any spills of hazardous materials, the contractor shall immediately report the incident by calling 911 and will then notify the ANG Fire Department at (912) 966-8225. The contractor shall also notify the EMO at (912) 966-8468 of any spills. Remediation of contaminated soil or water shall be performed to the satisfaction of the Georgia Environmental Protection Division and the Contracting Officer at no additional cost to the government. f.All waste generated by the Contractor shall be containerized and managed IAW the installation Hazardous Management Plan. Hazardous waste disposal shall be the responsibility of the Government. The contractor shall coordinate the disposal process with the Base Environmental Management Office. g.Polluting, dumping, or discharging of any harmful, or regulated materials into building drains, site drains, streams, waterways, holding ponds, or ground surface is prohibited and the contractor shall be held responsible for any and all damages which may result. The Contractor shall assume responsibility for initiating any and all cleanup measures for unauthorized discharges, spills or negligent releases caused by the Contractor. Notify the Contracting Officer of any spills. h.Site Maintenance: The contractor shall conduct daily cleanup of work areas. Disposal of solid, non hazardous waste is the responsibility of the contractor. The contractor shall collect all trash, debris, refuse, garbage, etc., which he generates and place it in appropriate containers. Unless directed otherwise in the contract or by the Contracting Officer, solid non hazardous waste shall be disposed of using facilities permitted by the appropriate state environmental agency. Debris shall not be left in such a manner that wind or other weather conditions can cause the debris to be scattered outside the work area. i.Open burning of any material is strictly prohibited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-10-T-0010/listing.html)
 
Place of Performance
Address: 165TH AW 1401 ROBERT B. MILLER JR. DR. GARDEN CITH GA
Zip Code: 31408
 
Record
SN02231043-W 20100807/100806000113-be855216f5e4be63dc7d5e56e02e06af (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.