Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

Y -- GUARDRAIL INSTALLATION

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K611T0012
 
Response Due
8/18/2011
 
Archive Date
10/17/2011
 
Point of Contact
Michael Dombkiewicz, 4109186218
 
E-Mail Address
USPFO for Maryland
(michael.dombkiewicz@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. General Project Information: 2.0This project is to construct a guard rail system along Hercules Road east side from Sta. 9+95.3 to Sta. 10+55.3 for sixty feet and install 5" concrete ditch per SHA Std. No. MD 389.01 to achieve positive drainage away from existing retaining wall. Contractor will install two concrete filled bollards to protect the existing fire hydrant from vehicular impact. 2.1.Description of Project: 2.2.The contractor is to install 9-W6 post @ 6'-3"o/c, offset 2' - 6" from edge of road. Traffic Barrier W Beam placement must conform to SHA Std. MD 605.31. The guard rail system must incorporate a Type C Traffic Barrier End Treatment with extruder head as per SHA Std. MD 605.03 at the egress point near fire hydrant. The area of improvement as define on the Layout Plan requires the installation of 5" concrete ditch to relieve water at the existing retaining wall. Contractor is to refer to MD Std. 389.01 for Standard Concrete Valley Gutter, Flumes Concrete Shoulder and Rebut details. Contractor must test pit for exact location of existing underground electric at this site. All work performed is to be in accordance with MDE approved standards and practice. This project is for the Maryland Air National Guard, Martin State Airport, Baltimore, MD 21220. 2.3.Cost Proposal: This is a firm fixed price contract. The contractor shall provide a detailed cost proposal indicating cost and breakdown for this project. 2.3.1.Use of Premises: Coordinate access to premises with Work Control Office (410) 918-6300 for execution of work. Emergency situations, military operations, or other contingencies, may cause suspension of work or restrictions on access to the construction site. If military emergency operations require escorts, the Government will provide them to the Contractor at no cost. 2.3.2.Contractor shall assume full responsibility for protection and security of materials and equipment stored on site. 2.3.3.Contractor shall move any stored products, under their control, which interfere with operations of the Government. 2.3.4.The COR will determine the storage or work areas available under this contract. 2.3.5.Government Equipment: Contractor use of Government owned or leased equipment such as: hoists, forklifts, compressors, welding machines, cutting rigs, etc. shall not be permitted on either a reimbursable or non-reimbursable basis. Cost for all equipment required to accomplish the work shall be included in the Contractor's final bid price. Permits and Inspections: 2.3.6.Normally no permits or inspections by local building officials are required. All inspections and testing will be performed by COR unless modified by the Statement of Work. Unless otherwise specified in other sections of this SOW, the use of burning equipment or open flame welding and cutting shall be allowed only as authorized in writing by the local Fire Inspector. Permit is normally given 24 hours after receipt of Contractor's request. Once approved by the local Inspector, a written AF Form 592 USAF Welding, Cutting, And Brazing Permit will be issued. A digging permit is obtained from the Work Control Office (410-918-6300). 2.3.7.Change Orders: Only the Base Civil Engineer (BCE), COR or the Contractor may initiate change order requests. Do not proceed with any work until a signed modification or other written authority is received from the Contracting Officer. Only the Contracting Officer may approve a change order. 2.3.8.Field Changes: No changes in the cost or the scope of the project may be made without processing a change order. Field changes not involving cost or scope may be initiated by the BCE, COR, Contracting Officer or the Contractor. 2.3.9.Contractor Passes: Contractor's Passes and ID cards for all Contractor personnel are required for access to the Base and construction site. All employees who will be driving on base must have a valid driver's license, proof of vehicle insurance, vehicle registration and a vehicle pass. Vehicle Passes and Base ID cards can be obtained from the Security Forces, Building 2020. 2.3.10.Daily Report and Sign-In Register: Each day the Contractor is on site to perform any work, the Superintendent/Foreman shall sign in at the Base Engineering Building (BLD 2100), indicating specific Building/Location and the number of person who shall be performing work that day. 2.3.11.Hours of Operations: The hours of operations at Martin State Airport for the Air National Guard are 10 hours per day (0630 - 1700) Tuesday - Friday. Coordinate access to premises with COR, for execution of work. Emergency situations, military operations, or other contingencies, may cause suspension of work or restrictions on access to the construction site, other schedules can be arranged if necessary. 2.3.12.Off-Hours Work: All work shall be performed during regular work hours (indicated above). 2.3.13.Clean up: The work site is an active civilian and military airport. Site cleanliness, Foreign Object Debris (FOD) control must be maintained. The Contractor will clean up all construction debris and refuse and will remove it from the work site and the Base daily at their own expense. 2.3.14.Safety: The Contractor is responsible for performing all work in accordance with State and Federal OSHA requirements as well as compliance with the most current USACE EM 385-1-1. (15SEP2008) available through the following link http://www.usace.army.mil/CESO/Documents/EM385-1-1FINAL.pdf 2.3.15.Environmental Protection and Waste Disposal: The Contractor shall at their own expense, remove all sludge, dusts and debris from the property of the Martin State Airport Base which have resulted from specific work described in these specifications. The disposal of all such materials, which may include hazardous or toxic liquids that are used to perform the work, shall conform to all Federal and State environmental regulations with regards to both transportation and ultimate disposal. This project must comply with all Federal, State and Local environmental regulations. 2.3.16.Standards: All material shall be in accordance with Maryland State Highway Administration (MSHA) SPECs Division 600, Section 606 and Division 600, Section 605. The contractor must submit a quality assurance and control plan to the COR prior to notice to proceed. 2.3.17.Drawings: Any drawings furnished by the government (ATTACHED) to the Contractor may be used for general information only and shall not be relied upon or used as the basis for preparation of contract drawings required by this contract without complete verification by the Contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K611T0012/listing.html)
 
Place of Performance
Address: MARYLAND AIR NATIONAL GUARD 2701 EASTERN BLVD BALTIMORE MD
Zip Code: 21220
 
Record
SN02518877-W 20110804/110802235456-66801aa6248f6431b55d8af442f52d1d (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.