Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

Y -- Fall Protection Installation

Notice Date
4/15/2016
 
Notice Type
Presolicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-16-Q-0141
 
Point of Contact
Kimberly Pumyea, Phone: 9783188720
 
E-Mail Address
kimberly.b.pumyea@usace.army.mil
(kimberly.b.pumyea@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The U.S. Army Corps of Engineers - New England District is issuing a Pre-Solicitation Notice to install removable rigid fall protection railings around three (3) floor openings at Otter Brook Lake and six (6) floor openings at Surry Mountain Lake, located in Surry and Keene, New Hampshire. The period of performance of the resulting contract will be a period of 90 days from the date of award. The estimated cost of this procurement is between $25,000 and $100,000. The purpose of this project is to furnish all labor, materials and equipment to install removable rigid fall protection railings around three (3) floor openings at Otter Brook Lake and six (6) floor openings at Surry Mountain Lake, located in Surry and Keene, New Hampshire. 1. Location - The Surry Mountain Lake Office is located at 108 Surry Dam Road Surry, NH. The Otter Brook Lake Office is located at 480 Branch Road Keene, NH. 2. Site Visit - Contact the Technical Point of Contact to arrange a site visit. The Technical Point of Contact for this project is John Asseng, 978-318-8481 or John.E.Asseng@usace.army.mil. 3. Schedule - The work shall be completed no later than 90 days from the contract award date. Work shall be performed Monday through Friday 7:00 AM to 3:30 PM unless otherwise approved by the Technical Point of Contact. No work shall be done on weekends or Government holidays. 4. Safety - The contractor will comply with all pertinent provisions of the latest edition of the U.S. Army Corps of Engineers Safety and Health Requirements COE EM 385-1-1. A copy of COE EM 385-1-1 is available for reference at the project office or may be viewed at the following link: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf. The contractor shall also comply with all OSHA work safety standards. The project staff can and will order the cessation of work at any time should the safety of employees and visitors become jeopardized. 5. Preconstruction Conference - Prior to the start of any work, the Technical Point of Contact will schedule and conduct a "Preconstruction Conference". The Contractor's Project Manager and Quality Control Personnel will attend this meeting. This conference will be held at the time and location agreeable to the government and contractor. No work may be performed under this contract prior to this conference. The purpose of the conference is to enable the Technical Point of Contact to outline the procedures that will be followed by the Government in its administration of the contract, and to discuss the performance that will be expected from the Contractor. This conference will allow the Contractor an opportunity to ask questions about the Government's administration and inspection of contract work or obtain other pertinent information that might be required. At the Preconstruction conference the contractor shall provide to the name of the project superintendent with a telephone number for project coordination. The following is a general list of items for discussion during this Preconstruction Conference: i. Authority of the Technical Point of Contact and Quality Assurance Inspectors ii. Contractor's Safety Program (including sub-contractors) iii. Activity Hazard Analysis and Abbreviated Accident Prevention Plan (Submitted & accepted prior to start of work on site) iv. Weekly Safety Meetings (Documented on NED Form 251) v. Accident Reporting (ENG Form 3394) vi. Safety Data Sheet (SDS) requirements vii. Correspondence, Communication and Administrative Procedures viii. Invoice and payment ix. CPR & First Aid Requirements 6. Permits - The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses, permits, and letters of certification. The Contractor shall comply with any applicable Federal, State, County, and Municipal laws, codes, and regulations in connection with the performance of the work specified under this contract. 7. Security - The contractor will comply with all established security policies at Otter Brook Lake and Surry Mountain Lakes. Due to periods of heightened security that may affect the access to the areas covered under this contract, the Government reserves the right to close any property or portion of property and reschedule and/or cancel any subsequent service. The Contractor shall be given at least 24 hour notice of any such closure. 8. Contractor Conduct - Alcohol and firearms are prohibited on project grounds. Contractor and employees must comply with CFR 36 Rules and Regulations. 9. Payment - Payment shall be made on a per job basis. After final inspection and acceptance by the Government, the Contractor must submit an invoice to the Technical Point of Contact. The invoice shall include the invoice date, contract number, dates of service, description of work, quantities, process, and total amount due per line item. For jobs greater than 30 days the contractor may request progress payment. All invoices may be mailed to: U.S. Army Corps of Engineers 480 Branch Road Keene, NH 03431 Or Emailed to: John.E.Asseng@usace.army.mil II. Technical Requirements: Part 1 General: 1. Summary - Furnish all labor, materials and equipment to install removable rigid fall protection railings around three (3) floor openings at Otter Brook Lake and six (6) floor openings at Surry Mountain Lake, located in Surry and Keene, New Hampshire. 2. Existing Conditions -The existing fall protection system at Otter Brook Lake consists of twelve (12), two and one quarter (2 ¼) inch diameter painted steel pipe posts with twenty (20), five sixteenths (5/16) inch chains for horizontal connections. Four (4) rigid railings, two and one quarter (2 ¼) inch diameter, connect to three (3) posts on the third floor. Removable posts on the first, second, and third floors slide into existing sleeved cored holes. Holes are capped when posts are not in place. One floor opening approximately seventy six (76) inches by fifty one (51) inches is located on three (3) separate floors joined by a common stairwell. There is no storage rack for removable posts or chains (See Informational Photos). The fall protection railings at Surry Mountain Lake consist of six (6) removable two and one quarter (2 ¼) inch, stainless steel posts with fourteen (14), five sixteenths (5/16) horizontal chains on the first floor, and nine (9) removable two and one quarter (2 ¼) inch painted steel pipe posts with twenty eight (28), one quarter (1/4) inch, horizontal chains on the second floor. Removable posts slide into existing sleeved cored holes. Two (2) openings are located on the top floor and are arranged side by side creating one (1) large opening measuring approximately one hundred and ninety two (192) inches by eighty four (84) inches divided by post and floor plate placement. The second floor has four (4) separate openings measuring approximately ninety (90) inches by sixty (60) inches with pipe and chain delineating each. The first and second floors are connected by a common stairwell. There is no storage rack for removable posts and chains. (See Informational Photos). 3. Clean Up and Waste Disposal - The contractor shall keep the work area free from accumulation of waste materials. Any and all disturbed areas resulting from contractor activities shall be restored by the contractor to the satisfaction of the Technical Point of Contact. 4. Environmental Protection - Containers for excess and/or waste materials, rubbish, etc. shall be provided by the contractor at the site, and the site will be inspected/ cleaned on a daily basis. No burning is permissible. Water, air and land resources shall not be adversely impacted during the course of the work. Contractor will take necessary steps to ensure all federal, state, and local environmental regulatory requirements are met. 5. Government Resources - The contractor may use the existing restroom facilities at Otter Brook Lake and Surry Mountain Lakes. The government will supply any electricity and water necessary for the project work from points of existing outlets. The contractor shall carefully conserve the use of electricity and water provided. The contractor shall supply his own means of communication (telephone). 6. Omissions - This contract may not cover all specified activities, steps, and procedures required to supply the contract product. In case of omission, the normal industry, state, or federal standards, practices, specifications, and/or guides shall prevail. In no instance shall an omission be reason to produce less than an acceptable product. 7. Quality Assurance - The contractor is responsible for the quality control of the contract work. The government has the right to inspect and test all items called for by the contract, to the extent practicable at all times and at all places during the term of the contract. 8. Receiving and Storing Materials - The Corps of Engineers will not allow storage of materials inside government buildings, but will allow storage on site with location determined by the Technical Point of Contact. The contractor is responsible for protecting any stored material until it is placed in service. The contractor is responsible for receiving and unloading of delivered goods. Government employees will not receive material for supplies for the contractor and will not be responsible for damage to the contractor's equipment or materials. 9. Requests for information - Requests concerning the work of this project should be directed to the Technical Point of Contact John Asseng 978-318-8481 or John.E.Asseng@usace.army.mil. 10. Submittals - Although the Government technically reviews submissions required by this scope of work, it is emphasized that the Contractor's work must be prosecuted using proper internal controls and review procedures. The documents identified below must be prepared in accordance with the applicable standards, submitted for review and accepted by the Government prior to the commencement of any field activities. a. Abbreviated Accident Prevention Plan - Prior to the Start of Field Work b. Security Verification - Prior to the Start of Field Work c. CPR & First Aid Certification- Prior to the Start of Field Work d. Recorded Safety Meetings e. Safety Data Sheets (SDS) f. Product Specification Sheets g. Product Warranties 11. References - All work shall be in conformance with : a. EM 385-1-1 Corps of Engineers Safety Manual (EM 385-1-1) EM 385-1-1, Section 21, Fall Protection 21. E.01 Standard Guardrail Systems Part 2 Products: All products shall be new, unused and to the satisfaction of the Technical Point of Contact. Products and part numbers shall be confirmed by contractor prior to installation. 1. 1 ½" Schedule 40 or 12 gauge pipe a. Pipe shall be corrosion resistant shielded i. Deflection must be less than 3" with 200lbs any direction at set length ii. Interior and exterior zinc coating iii. 3 layer coating with 99.99% pure zinc, conversion coating and top clear coat. *Note: Gatorshield rust and corrosion resistant pipe meets above requirements. 2. Structural pipe fittings. a. Fittings shall be galvanized with Allen bolt set screws. b. 90 Degree Elbows, Single Socket Tees, Two Socket Tees, Two Socket Crosses, 2 Bolt Pattern Rail Flanges, 4 Bolt Pattern Floor Flanges and Toe Boards are the fitting types that will be required at minimum. 3. Toe Boards a. Shall be constructed out of four (4) inch wide by approximately one quarter (1/4) inch thick anodized aluminum b. Fully surround railing system c. Attach with removable stainless hardware d. *Note: Kee Klamp brand pipe and handrail fittings meet above (1-3) requirements. 4. Concrete Floor Anchors. a. Stainless steel flanged drop in anchors epoxy or hammer set b. Anchors must come with stainless steel removal flush mount screws / plugs 5. Miscellaneous Hardware a. Any miscellaneous hardware must be stainless steel or approved by Technical Point of Contact. 6. Concrete Epoxy Resin Mortar a. Non shrinking b. Exterior grade c. Paintable surface d. Twelve (12) hour cure time e. Navy gray in color *Note: Watco concrete resin mortar products will meet the above requirements. Part 3 Execution: 1. General a. Safety Equipment - It is the contractor's responsibility to furnish and supply personnel with the proper personal protective equipment and fall protection necessary for performing the work. b. Workmanship - The contractor shall establish and maintain a quality control system to assure compliance with the contract requirements. 2. Existing Railing Removal a. Remove the existing posts and fall protection chain at both locations. Existing posts shall be removed in such a way so that no part of the posts or hardware protrude above the floor. 3. Construct and Install New Fall Protection Railings a. Otter Brook Lake i. Construct twenty four (24) sections of removable railings, four (4) per floor opening. Each section shall consist of a top rail, mid rail, and common vertical end posts, Four (4) per opening. Railing sections shall be constructed using specified structural pipe fittings and specified pipe, within manufacturer's recommendation. Sections of removable railings with posts shall be designed to fit into structural pipe floor flanges anchored to the concrete floor. ii. Top Railing height shall be between 39" and 45" and mid rail should be located half the distance from the bottom of the top rail to the floor surface per EM 385-1-1 Section 21. E.01 iii. Post flanges shall be securely anchored into the concrete floor using specified anchors set in epoxy or mechanically set per the manufacturer's recommendation. 1. Tops of anchors shall be flush with the floor surface and be set in such a way that allows for frequent installation and removal with supplied hardware. 2. Anchor plugs shall be run into holes to ensure a proper flush fit, be easily installed and removed to allow frequent installation and removal. iv. Aluminum toe boards shall be installed fully around each opening with no open gaps. v. When installed, the railings shall be at least 4" from the edge of the gate well openings. vi. All holes left after removal shall be filled with concrete resin patch and troweled smooth to the surrounding surface. Once epoxy is fully cured, any protruding surface material must be ground smooth and even with surrounding floor. b. Surry Mountain Lake i. Construct thirty (30) sections of removable railings, six (6) for the top floor opening and twenty four (24) for the second floor gate well openings. Each section shall consist of a top rail, mid rail, and common vertical end posts, six (6) for the top floor opening, and four (4) per opening on the second floor. Railing sections shall be constructed using specified structural pipe fittings and specified pipe, within manufacturer's recommendation. Sections of removable railings with posts shall be designed to fit into structural pipe floor flanges anchored to the concrete floor. ii. Top Railing height shall be between 39" and 45" and mid rail should be located half the distance from the bottom of the top rail to the floor surface per EM 385-1-1 Section 21. E.01 iii. Post flanges shall be securely anchored into the concrete floor using specified anchors set in epoxy or mechanically set per the manufacturer's recommendation. 1. Tops of anchors shall be flush with the floor surface and be set in such a way that allows for frequent installation and removal with supplied hardware. 2. Anchor plugs shall be run into holes to ensure a proper flush fit, be easily installed and removed to allow frequent installation and removal. iv. Aluminum toe boards shall be installed fully around each opening with no open gaps. v. When installed, the railings shall be at least 4" from the edge of the gate well openings. vi. All holes left after removal shall be filled with concrete resin patch and troweled smooth to the surrounding surface. Once epoxy is fully cured, any protruding surface material must be ground smooth and even with surrounding floor. This solicitation will be available on or about 2-MAY-2016 with an anticipated quote due date of 12-MAY-2016. The solicitation will be available for downloading by accessing the Federal Business Opportunities website (http://www.fbo.gov). In order to view this solicitation, prospective contractors are required to self-register their firm with Federal Business Opportunities (Go to http://www.fbo.gov and "register now" under Vendor/Citizens). Amendments, if any, will be available at this Internet site. Registrants are responsible for the accuracy of the information on the registration list. This procurement is set-aside for small business vendors. The applicable NAICS code is 238120 with a Small Business Size Standard of $15,000,000. All responsible sources may submit a quotation which will be considered by the New England District.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-16-Q-0141/listing.html)
 
Record
SN04085665-W 20160417/160415234352-d09dcdb920db8c3677ab670a013d820b (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.