Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

Z -- INSTALL AUTOMATIC DOOR OPENERS - SF18 - DRAWINGS

Notice Date
2/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-16-Q-G004
 
Archive Date
3/26/2016
 
Point of Contact
MICHAEL CALLAGHAN, Phone: 402-667-2563, MONICA DWYER, Phone: 402-667-2556
 
E-Mail Address
d.m.callaghan@usace.army.mil, monica.e.dwyer@usace.army.mil
(d.m.callaghan@usace.army.mil, monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
TWO DRAWINGS OF THE ADMIN BUILDING SF18 1. SCOPE OF WORK: Contractor shall be responsible for all labor, material and equipment required to install handicap accessible commercial grade automatic door openers on the project admin building front doors. Specification on the above openers can be found below on line 7, Special Requirements. 1.6.7 All Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. 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. No background checks are required for this contract. 1.6.8.Special Qualifications. The Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. 2. BEST VALUE: Award to the successful contractor shall be based on "Best Value" rather than low bid per. The bids will be based on the following factors: Factor 1 - Past Performance - The contractor shall provide three references of projects completed within the past three years. These references need to be equal to or similar in scope of this requirement. Contractor shall provide dates and pertinent information to demonstrate how they are comparable to this requirement in size and complexity. The contractor should be a commercial specialty service provider involved in the installation and repair of automatic door openers. The contractor shall include points of contact, titles, telephone numbers, and email addresses (if available) for all references. Factor 2 - Technical Factors - Technical factors will concentrate on the capacity and the qualifications of the contractor's ability to provide quality work. a. Subfactor 1 - Contractor Approach - Contractors shall submit a proposal describing the approach to be used to accomplish the project objectives that meet the standards of the performance work statement. A site visit to the project is also a required part of the best value criteria. b. Subfactor 2 - Time for completion of contract - Contractor shall propose a schedule for the time required to procure material, initiate work and complete project. Factor 3 - Price Factors 1 and 2 when combined are significantly more important than price. 3. COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK: The Contractor will be required to commence work under this contract after receipt of award, and to complete the work by 30 May 2016. The time stated for completion shall include final cleanup of the premises. 4. CONTRACT DRAWINGS AND SPECIFICATIONS: Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work but they shall be performed as if fully and correctly set forth and described in the drawing and specifications. The Contractor shall check all drawings furnished him immediately upon their receipt and shall promptly notify the Contracting Officer of any discrepancies. 5. SITE VISIT: Offerors or quoters are urged and expected to inspect the site where the work will be performed. Contact Mike Callaghan at 402-667-2563, or Bryan Bradley at 402-667-2560 to arrange for a site visit. 6. APPROVAL OF MATERIALS: The Contracting Officer's Representative shall approve all materials before being used in subject contract. 7. SPECIAL REQUIREMENTS: Contractor shall provide door openers equal to or better than the Power Access Model 4300 Series door opener, shall comply with ANSI A156.19-2002, "Standard For Power Assist and low Energy Power Operated Doors." Automatic door opener shall be electro-mechanical, self-contained and mounted to push side of jamb. The door operator wheeled arm shall not be attached to the door, so that the door may be used in the manual mode as required. The arm shall be driven by a ball screw actuator and take 7 seconds to open (and 7 seconds to close) this speed to accommodate slower moving disabled traffic. The door opener shall have an adjustable sensitivity control so the door will stop if it meets an obstruction during the opening cycle and then recycle closed. The door opener shall have an external on/off switch and an adjustable timed hold open feature from 0-30 seconds. It shall have an externally accessible circuit breaker to allow resetting in the event of an overload surge. It shall have a built-in line filter to suppress as line transients and RFL. Door operators shall have a powder painted welded steel frame, fire retardant acrylic/PVC thermoplastic cover (meets UL 94V-0). Dark Bronze in color. The door operator shall be mounted according to the drawings and instructions provided by the manufacturer. The closer controls shall be a push plate, radio transmitted to the openers. 8. PROTECTION OF EXISTING FACILITIES: Contractor shall be responsible for protection of existing structures, roadways and parking lots in the construction area. 9. ENVIRONMENTAL PROTECTION: In order to prevent, and to provide for abatement and control of any environmental pollution arising from the construction activities in the performance of this contract, the Contractor and his sub contractors shall comply with all applicable federal, state and local laws and regulations concerning environmental pollution control and abatement. a. Notification: The Contracting Officer will notify the Contractor in writing of any non compliance with the aforementioned federal, state or local laws or regulations. Such notice, when delivered to the Contractor or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. The Contractor shall, after receipt of such notice, immediately inform the Contracting Officer of proposed corrective action and take such action as may be approved. If the Contractor fails or refuses to comply promptly, the contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall make the subject of a claim for extension of time or no part of the time lost due to any such stop orders for excess costs or damages. 10. SAFETY REQUIREMENTS: The Contractor shall ensure that safe working practices are utilized and that all equipment meets the requirements of the US Army Corps of Engineers, "Safety and Health Requirements Manual", EM 385 1 1, September 2008, before work begins. A copy of the above manual is available at the Gavins Point Dam Project Office, 55245 Highway 121, Crofton, NE. a. Ground Fault Circuit Interrupters: In addition to the requirements of paragraph 11.C.05 of EM 385 1 1, ground fault circuit interrupters are required for all extension cord systems. b. First Aid and Medical: First aid facilities shall be made available on the job site. Arrangements for emergency medical attention shall be made prior to start of work. All emergency numbers (doctor, hospital, ambulance, fire department) shall be posted, or made available at the work site. 11. HOUSEKEEPING: Daily clean up of all debris and waste materials are required. Adequate disposal containers shall be placed strategically around the site. Debris shall be removed on a regular basis. Placement of disposal containers shall be coordinated through the Contracting Officer's Representative (COR) or designated government representative. 12. AVAILABILITY AND USE OF UTILITY SERVICES: Use of public and private utilities will be as found available. The Contractor shall make his own arrangements for use of public and private utilities. 13. WORK AND MATERIALS GUARANTEE: The Contractor will guarantee materials for one year from the date the Government assumes use of the equipment or materials. 14. PAYMENT: Payment for subject work will be for entire work complete in conformance with this specification and drawings, and paid within 30 days of acceptance by the Government and receipt of a proper invoice. Invoice shall include the contract number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-Q-G004/listing.html)
 
Place of Performance
Address: Administration Building at Gavins Point Project, US Army Corps of Engineers, located near Yankton, SD, Crofton, Nebraska, 68730, United States
Zip Code: 68730
 
Record
SN04018132-W 20160213/160211234656-c976d5e6d7c3acc4bae4c88abfb90d7a (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  © 1994-2020, Loren Data Corp.