Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

N -- Install Lightning Protection

Notice Date
5/20/2016
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Stewart, 976 William H Wilson Ave, Ste 100, Fort Stewart, Georgia, 31314-3322, United States
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-16-B-0014
 
Point of Contact
Sebrena M. Butler, Phone: 9127679033, Mary L. Hightower, Phone: (912)767-8472
 
E-Mail Address
sebrena.m.butler.civ@mail.mil, mary.l.hightower2.civ@mail.mil
(sebrena.m.butler.civ@mail.mil, mary.l.hightower2.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The Mission and Installation Contracting Command (MICC), Installation Contracting Office (IOC) - Fort Stewart, Georgia anticipates issuing a Firm Fixed Price (FFP) Invitation for Bid (IFB) contract to Install Lightning Protection, Bldg 1240 HAAF, GA. Solication Number W9124M-16-B-0014 will be available for downloading at FedBizOops during the month of June. A link is provided through FedBizOpps page at www.fbo.gov. Potential Bidders are responsible for monitoring this site for release of the solicitation package and any amendments. All Bidders must register with the Central Contractors Registry now known as the System for Award Management (sam.gov) per FAR 52.204-7 The solicitation is 100% set aside for qualifying HUBZone firms under NAICS code 238210 (Size Standard $15 Million). The magnitude of the procurement is estimated to be between $25,000.00 and $100,000.00. Contract performance time is 120 calendar days from receipt of Notice to Proceed. Information concerning the HUBzone program can be found at http://www.sba.gov/content/hubzone. MICC- Fort Stewart is operating a paperless contracting file system. A minimun of one copy of each document submitted to the contracting office shall be in an electronic format. Acceptable formats are PDF, DOC(x), XLS(x), TXT, JPG and XPS. All submissions shall include one (1) CD with all required documents and one (1) paper copy of each bid. No paper copies of the solicitation will be mailed. The primary point of contract is Sebrena M. Butler (Contract Specialist) 912-767-9033 or Mary L. Hightower (Contract Officer) 912-767-8472 or by E-mail sebrena.m.butler.civ@mail.mil mary.l.hightower.civ@mail.mil. Please copy both Sebrena and Mary on all correspondence. Contracting Office Address: MICC- Fort Stewart 976 William H. Wilson Ave Ste 100 Fort Stewart, GA 31314-3322 TECHNICAL PROVISIONS GENERAL INSTALL LIGHTNING PROTECTION SYSTEM, BLDG. 1240, E1-3-4J 1. DESCRIPTION OF WORK: 1.1 Work to be done: The work covered by this contract consists of furnishing all plant, labor, materials and performing all operations required in connection with install lightning protection system complete in strict accordance with specifications and drawings. The work includes, but is not necessarily restricted to, the following items. 1.1.1 Install air terminals, lightning conductors, grounding rods for bldg.1240. 1.2 DRAWINGS AND SITE VISITS 1.2.1 The drawings indicate the extent of the general location and arrangement of existing conditions. It is strongly recommended that the Contractor visit the site to determine the complexity of the work and the amount of material required to perform this project. Field measurements may be necessary to determine the size and quantity of materials. Conditions which are obvious/visible or which should be reasonably anticipated by the Contractor on inspection will not be considered under the Differing Site Conditions provision of the contract. 2. CONSTRUCTION CONSTRAINTS 2.1. Time of Performance 2.1.1 Access to Buildings - All work requiring access to building interiors excluding attics, crawl spaces, etc. and all other work shall be performed between 7:30 a.m. and 4:00 p.m. excluding official holidays, unless otherwise indicated or approved by the Contracting Officer. Requests to work during other than these normal hours shall be made in writing at least 36 hours in advance. For example, a request to work on a Saturday should be made no later than noon on Thursday. 2.1.2 Work Requiring Outages - Work requiring outages of utilities or building systems will be accomplished in accordance with prior approved schedules. 2.2. Outages - The contractor's work requiring outages of utility or building systems will require 15 day advance notice and will be subject to the approval of the Contracting Officer. Notice shall include type of outage, date, and time outage will commence and estimated duration of outage. 2.3. Continuity - All tools, labor, and materials required to complete any item of work within a given work area or requiring an outage of any building utility or system, shall be available at the site prior to commencement thereof. Once work has commenced on an item of work said work shall be continuously and diligently performed to completion and acceptance. 2.4. Road and/or Railroad Closures - Road and/or railroad closures will require a 15-day advance written notice and be subject to the Contracting Officer's approval. Notice shall state reason for closure, date and time closure will commence and estimated duration of closure. A sketch shall be provided showing location of closure area and placement of barricades and signs. Closures shall be limited to a maximum of 5 calendar days. 2.5. Entry - Entry to all areas, except the cantonment area, shall be coordinated with Range Control, Building 8302 (intersection of Highway 144 and Fort Stewart Road 47) and the Provost Marshal's Office. 2.6. Fire Zone - The contractor is required to provide 72-hour notice to the Contracting Officer prior to the final programming of the fire zone information at the main fire station. 2.7. Foreign Object Debris (FOD) - The Contractor shall take special precautions to contain Foreign Object Debris (FOD) in and around any runways, taxi ways and aprons. 2.8 Operational Safety on the Airfield during Construction. 2.8.1 Contractor shall be responsible for implementing construction - phasing plan included in the Contract Documents. 3. CONSTRUCTION ACTIVITIES: 3.1 Contractor shall submit a Safety Plan and Construction Schedule to the Contracting Officer's Representative (COR) 10 days in advance of any construction activities to arrange specific schedule for performing work as required by this Contract. 4. FACTORS AFFECTING PERFORMANCE UNDER THIS CONTRACT: 4.1 The Contractor shall coordinate use of the site for access, staging, and parking with the Contracting Officer. 4.2 Contractor shall be responsible for limiting access of his employees and subcontractors to the area of work defined in the Contract. Contractor shall not have access to restrooms and amenities such as vending machines unless granted permission by the Contracting Officer. 4.3 Contractor shall maintain haul routes to and from the job sites and the borrow pits, to include the borrow pit. In addition it is the contractor's responsibility to meet all Local, State and Federal regulations for the operation of a borrow pit. Contractor shall control runoff and erosion on all excavation and backfilling operations. 4.4 FS/HAAF has a mandatory recycling program. Contractors shall recycle construction & demolition debris as required by the Installation's recycling clause, 52.000-4061: RECYCLING, SALVAGE, AND DISPOSAL OF MATERIALS FORT STEWART AND HUNTER ARMY AIRFIELD. 4.4.1 The Contractor must provide a copy of landfill scale tickets to their Contracting Officer's Representative (COR) for all waste disposed of off the Installation. The COR will ensure that copies of the landfill scale tickets are provided to the FSGA Environmental Office. 5. AS-BUILT RECORD DRAWINGS: 5.1 The Contractor shall be responsible for maintaining one set of master/record construction drawing prints on the job site on which he shall keep a neat and accurate record of all deviations from the original contract documents as the work progresses. The contractor is responsible for noting all changes and correction on these master/record construction drawing prints promptly as the changes occur in red ink(redline prints) and note date when these changes occurred, but in no case less often than on a weekly basis. The master/record construction drawing prints which are maintained in red ink shall indicate all the changes and modifications incorporated into the work as well as the following: 5.1.1 Actual locations of all subsurface and concealed utility lines, type of materials used, sizes, etc. In order that the location of these lines and appurtenances may be determined in the event the surface openings or indicators become covered or obscured, the master/record construction drawings shall show by offset dimensions to two permanently fixed surface features. Valves, splices boxes and similar appurtenances shall be located by dimensions along the utility run from a reference point. The average depth below the surface of each run shall also be recorded. 5.1.2 Any shop drawings that constitute part of the design shall be included with the record drawings. 5.2 The master/record (redline construction drawings) prints with corrections, such as field changes and contract modifications, shall be certified by the Contractor as to their correctness and submitted to the Contracting Officer's Representative for approval. Once these provisional master/record (redline construction drawing) prints have been approved by the COR, the COR will obtain a compact disc (CD) of computer generated construction drawings from the DPW Engineering Service Division, Building 1114 at Ft. Stewart or Building 1021 at Hunter AAF, as applicable. The contractor shall then transfer all corrections from redline construction drawing prints to the compact disc (CD) of computer generated construction drawings. Corrections done shall be in MicroStation ".dgn" format. The Contractor shall note on the computer generated construction drawings the words "AS-BUILT" in the revision block with the next revision number to identify any changes made. Also, revision number identification will be placed where any changes were made. The contractor shall then submit AS-BUILT compact disc (CD) of computer generated drawing and one (1) AS-BUILT hardcopy with contractor's redline corrections to the COR to insure accuracy that all corrections made were transferred from redline construction drawing prints to AS-BUILT hardcopy prints. Once the COR approves the AS-BUILT hardcopy prints the COR will then turn over to DPW/ ESD/ Drafting section for final approval of AS-BUILT compact disc (CD) of computer generated drawings and at this time the Contractor can receive final payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da2961eb06bef6cf748b188d3e91a9af)
 
Place of Performance
Address: MICC - Fort Stewart, 976 William H. Wilson Ave Ste 100, Fort Stewart, GA 31314-3322, Fort Stewart, Georgia, 31314, United States
Zip Code: 31314
 
Record
SN04124178-W 20160522/160520234334-da2961eb06bef6cf748b188d3e91a9af (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.