SOLICITATION NOTICE
95 -- Maxwell Lock and Dam Fabricate Floating Mooring Bits
- Notice Date
- 10/20/2014
- Notice Type
- Presolicitation
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, PA 15222-4186
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN-15-R-0002
- Response Due
- 11/4/2014
- Archive Date
- 12/19/2014
- Point of Contact
- Loretta Payne, 4123957228
- E-Mail Address
-
USACE District, Pittsburgh
(loretta.payne@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SPECIFICATION MAXWELL LOCK AND DAM FABRICATE FLOATING MOORING BITTS GENERAL REQUIREMENTS 1.0 Description of Work The work shall consist of fabricating four (4) floating mooring bitts for Maxwell Lock and Dam. Each floating mooring bitt shall consist of an upper steel structure and a HDPE pontoon section. They shall be fabricated in accordance with these specifications and the attached drawings. The Pittsburgh Repair Fleet will be installing the floating mooring bitts as part of a major maintenance effort at the lock. Timely fabrication and delivery of them is essential to the work efforts. 1.1 Unit Price Payment Items 1.1.1 General The unit price and payment made for each item listed shall constitute full compensation for furnishing all plant, labor, materials, equipment, tests and reports, and for performing all work required for each of the unit price items and delivering the items as specified. 1.1.2 Unit Price Items 1.1.2.1 Floating Mooring Bitts for Maxwell L/D Unit price payment items include: 0001 Floating Mooring Bitts a. Measurement for fabrication, painting and delivery of the floating mooring bitts shall be based on the actual number of them tested and delivered by the Contractor, as approved by the Contracting Officer. c. Unit of measure: Each (EA). A total of four (4) floating mooring bitts will be needed in total. 1.2 Submittals The Contractor shall submit a fabrication and production schedule for Government review. The Contractor shall submit their Quality Control Plan for fabrication for Government review. 1.3 Execution of Work 1.3.1 General The work shall be prosecuted in such order of precedence as best suits the Contractor's fabrication and delivery schedule and the following restrictions. The Contractor shall perform the work in a diligent, effective manner, and shall schedule his operations in such a manner that the work is completed on time. 1.3.2 Delivery In accordance with Section F DELIVERIES AND PERFORMANCE, clause quote mark LIQUIDATED DAMAGES - SUPPLIES, SERVICES OR RESEARCH AND DEVELOPMENT quote mark, the Contractor will be assessed the daily monetary damages for failure to deliver products by the specified time. The four (4) floating mooring bitts must be delivered to Pittsburgh Engineer Warehouse and Repair Station (PEWARS) by April 24, 2015. If delivery is not met by that date the Contractor will be assessed liquidated damages in the amount of $3,000 plus $587.00 per each calendar day delivered after April 24, 2015. For fabrication and scheduling purposes the Contractor can anticipate Contract award no later than December 31, 2014. 1.3.3 Delivery Location Pittsburgh Engineer Warehouse and Repair Station (PEWARS) 3500 Grand Avenue Pittsburgh, PA 15225-1584 The Contractor shall notify the Upper Ohio Area Office a minimum 48 hours in advance of delivery. 1.3.4 Point of Contact After award of contract, the designated point of contact is: Denise M. Polizzano, Resident Engineer 3510 Grand Avenue Pittsburgh, PA 15225 (412)395-7680 1.4 Access and General Protection/Security Policy and Procedures The contractor and all associated subcontractors' employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government Representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation the USACE Security Office. The contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. The contractor must submit the full name, Social Security Number, Date of Birth, and Place of Birth for all associated contractor or subcontractor employees to the USACE Security Specialist Paul M. Surace, 412-395-7162, paul.m.surace@usace.army.mil or Stephen Davidson, 412-395-7504, stephen.davidson@usace.army.mil. The District retains the right to deny any contractor and subcontractor employee from working on one of its contracts based on final background investigation results. -- End of Section -- SECTION TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1GENERAL 1.1Submittal Descriptions (SD) 1.2SUBMITTAL CLASSIFICATION 1.2.1Government Approved/Accepted (G) 1.2.2Information Only 1.3APPROVED/ACCEPTED SUBMITTALS 1.4DISAPPROVED/NON-ACCEPTED/ SUBMITTALS 1.5WITHHOLDING OF PAYMENT PART 2PRODUCTS (Not used) PART 3EXECUTION 3.1CONSTRUCTION SUBMITTALS 3.1.1GENERAL 3.2SCHEDULING 3.3TRANSMITTAL FORM (ENG FORM 4025) 3.4SUBMITTAL PROCEDURE 3.4.1Procedures 3.4.2Deviations 3.5CONTROL OF SUBMITTALS 3.6GOVERNMENT APPROVED SUBMITTALS 3.7INFORMATION ONLY SUBMITTALS 3.8STAMPS -- End of Section Table of Contents -- SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1GENERAL 1.1Submittal Descriptions (SD) Submittal requirements are specified in the technical sections.Submittals required are identified by SD numbers and titles as follows: SD-01 Preconstruction Submittals A document, required of the Contractor, or through the Contractor, from a supplier, installer, manufacturer, or other lower tier Contractor, the purpose of which is to confirm the quality or orderly progression of a portion of the work by documenting procedures, acceptability of methods or personnel, qualifications, or other verifications of quality. SD-03 Product Data Preprinted manufacturer material describing a product, system, or material, such as catalog cuts. SD-05 Design Data Submittals, which provide calculations, descriptions, or documentation regarding the work. SD-06 Test Reports Reports of inspections or tests, including analysis and interpretation of test results. SD-07 Certificates Statement signed by an official authorized to certify on behalf of the manufacturer of a product, system or material, attesting that the product, system or material meets specified requirements. The statement must be dated after the award of the contract, must state the Contractor's name and address, must name the project and location, and must list the specific requirements, which are being certified. 1.2SUBMITTAL CLASSIFICATION Submittals are classified as follows: 1.2.1Government Approved/Accepted (G) All submittals classified for Government Approval (G) are identified in submittal register Form 4288. 1.2.2Information Only All Contractor submittals not requiring Government approval/acceptance will be for information only. 1.3APPROVED/ACCEPTED SUBMITTALS The approval of submittals shall not be construed as a complete check, but will indicate only that the general method of construction, materials, detailing and other information are satisfactory.Approval will not relieve the Contractor of the responsibility for any error which may exist on any dimensions and details. The Contractor shall be responsible for satisfactory construction of all work. After submittals have been approved by the Contracting Officer, no re-submittal for the purpose of substituting materials or equipment will be considered unless accompanied by an explanation of why a substitution is necessary. 1.4DISAPPROVED/NON-ACCEPTED/ SUBMITTALS The Contractor shall make all corrections required by the Contracting Officer and promptly furnish a corrected submittal in the form and number of copies specified for the initial submittal.If the Contractor considers any correction indicated on the submittals to constitute a change to the contract, a notice in accordance with the Contract Clause quote mark Changes quote mark shall be given promptly to the Contracting Officer. 1.5WITHHOLDING OF PAYMENT Payment for materials incorporated in the work will not be made if required approvals/non-acceptance have not been obtained. PART 2PRODUCTS (Not used) PART 3EXECUTION 3.1CONSTRUCTION SUBMITTALS 3.1.1GENERAL The Contractor shall make submittals as required by the specifications. The Contracting Officer may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective sections. Units of weights and measures used on all submittals shall be the same as those used on the contract drawings, or required per the contract documents.Each submittal shall be complete and in sufficient detail to allow ready determination of compliance with contract requirements. Proposed deviations from the contract requirements shall be clearly identified. Submittals shall include items such as: Contractor's, manufacturer's, or fabricator's drawings; descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves; test reports; test cylinders; samples; O&M manuals (including parts list); certifications; warranties; and other such required submittals.Submittals requiring Government approval shall be scheduled and made prior to the acquisition of the material or equipment covered thereby.Samples remaining upon completion of the work shall be picked up and disposed of in accordance with manufacturer's Material Safety Data Sheets (MSDS) and in compliance with existing laws and regulations. 3.2SCHEDULING Submittals covering component items forming a system or items that are interrelated shall be scheduled to be coordinated and submitted concurrently.Certifications to be submitted with the pertinent drawings shall be so scheduled.Adequate time (a minimum of 14 calendar days exclusive of mailing time) shall be allowed and shown on the register for review and approval.No delay damages or time extensions will be allowed for time lost in late submittals. 3.3SUBMITTAL PROCEDURE Submittals shall be made as follows: 3.3.1Procedures The Contractor shall submit to the Contracting Officer (1) one copy of all submittals. 3.3.2Deviations For submittals which include proposed deviations requested by the Contractor. The Contractor shall set forth in writing the reason for any deviations and annotate such deviations on the submittal. The Government reserves the right to rescind inadvertent approval of submittals containing unnoted deviations. 3.4CONTROL OF SUBMITTALS The Contractor shall carefully control his procurement operations to ensure that each individual submittal is made on or before the Contractor scheduled submittal date shown on the approved quote mark Submittal Register. quote mark 3.5GOVERNMENT APPROVED SUBMITTALS Upon completion of review of submittals requiring Government approval/acceptance, the submittals will be identified as having received approval/acceptance by being so stamped and dated. 3.6INFORMATION ONLY SUBMITTALS The Contractor is responsible for preparing and retaining (1) one copy of all FIO submittals. One copy of the FIO submittals will be used for historical record and transferred to the customer upon completion of the project. Approval of the Contracting Officer is not required on information only submittals. The Government reserves the right to require the Contractor to resubmit any item found not to comply with the contract. This does not relieve the Contractor from the obligation to furnish material conforming to the plans and specifications; will not prevent the Contracting Officer from requiring removal and replacement of nonconforming material incorporated in the work; and does not relieve the Contractor of the requirement to furnish samples for testing by the Government laboratory or for check testing by the Government in those instances where the technical specifications so prescribe. -- End of Section -- The source selection process that will be utilized to award this contract will be Lowest Price Technically Acceptable. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors and significant subfactors that establish the requirements of acceptability will be set forth in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-15-R-0002/listing.html)
- Place of Performance
- Address: USACE District, Pittsburgh 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor Pittsburgh PA
- Zip Code: 15222-4186
- Zip Code: 15222-4186
- Record
- SN03554367-W 20141022/141020234514-aa55bfffd5e523fa22b88a4d03fc255b (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 |