SPECIAL NOTICE
Z -- Lake Barkley Control Stand Renovations - Solicitation
- Notice Date
- 8/30/2016
- Notice Type
- Special Notice
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-16-T-0075
- Archive Date
- 9/28/2016
- Point of Contact
- FannieM. Robertson, Phone: 6157367986
- E-Mail Address
-
Fannie.M.Robertson@usace.army.mil
(Fannie.M.Robertson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- US Citizen Site Visit Form FN Site Visit Form Solicitation PERFORMANCE WORK STATEMENT BARKLEY LOCK Control Stand Renovation 1. GENERAL Barkley lock is a high lift navigation lock located at mile 30.6 on the Cumberland River in Grand Rivers, Kentucky. The lock structure is comprised of 2 concrete lock walls, 2 filling valves, 2 empty valves, and 4 lock miter gates. This equipment is operated by a lock operator from 1 of 2 locations on the lock landward wall called "control stands". These control stands are original to the lock construction in 1966. Due to the age and use of the buildings, the windows and doors no longer open and close properly, making security lacking. The heating and air units do not keep up with the demand of the buildings which is a concern during extreme weather events. Lastly the flooring is worn and in need of replacing. 2. SCOPE The scope of this contract is to provide renovations to both (2) controls stands. The contractor shall repair the doors, windows, HVAC, and flooring to both locations to provide the level of security, safety, and comfort required for the use of the buildings. 3. REQUIREMENTS AND PRODUCT SPECIFICATIONS All repairs conducted shall meet industry standards and meet the specification listed below. 3.1 Doors Each control stand has one door to be used for access. The contractor is required to remove the doors and replace in 1 business day so as to not lapse on security of the facility. Doors will be a minimum of 1 3/4-inch thick solid core wood or hollow steel. Hollow steel doors will be industrial type construction with at least 20-gauge skin plate thickness and will be internally reinforced with continuously spaced stiffeners. Door frames will be constructed of a minimum of 18-gauge steel. The doors provided by the contractor shall be of heavy duty industrial grade construction. They shall be metal doors and be complete with hinges, handles, locks, and automatic closer. Door hinge mounting screws should not be exposed to the exterior of the facility. If screws are exposed, they will be spot welded, peened, covered, or filled with material in a way to prevent easy removal. Nails will not be used to mount hinges or any other door hardware. Hinges should not be removable from the outside. Security hinges are preferred in this case. If conventional hinges are used, hinge pins must be spot-welded, peened, covered, or otherwise secured to prevent removal. Doors will have the ability to be secured from the inside for operator safety and will be secured with a deadbolt locking device, crossbar, or similar locking device resistant to jimmying and manipulation from the outside. Latch style door locks will not be used. Locking devices will conform to U.S. Army Corps of Engineers guide specifications. Doors must also Doors have the ability to be secured from the outside for security when not in use and will have locking devices conforming to U.S. Army Corps of Engineers guide specifications for the type of structure or with U.S. Government approved tumbler-type, key-operated padlocks. The servicing facility engineer will verify lock conformance with the guide specification. Any fitted widow will glass will be covered with 4-mil fragment retention film or they will have 1⁄2-inch thick laminated glass or plastic security glazing. The contractor will be responsible to install both doors in completion and use-able. It is the responsibility of the contractor to provide the new doors and all associated hardware to provide a complete installation. New door locks or new hardware provided will use the same key. The doors shall be hung so that they swing out of the building. Types of doors will be decided in conjunction with the Security Office and the Lockmaster upon consultation. 3.1.1 Demolition It is the responsibility of the contractor to remove and dispose of the existing doors. All keyed hardware shall be reused in the new doors or new hardware provided that uses the same key for use. 3.1.2 Installation The contractor will be responsible to install both doors in completion and useable. It is the responsibility of the contractor to provide the new doors and all associated hardware to provide a complete installation. Door locks may be reused or new hardware provided that uses the same key. The doors shall be hung so that they swing out of the building. Each control stand has one door to be used for access. The contractor is required to remove the doors and replace in 1 business day so as to not lapse on security of the facility. Doors will be a minimum of 1 3/4-inch thick solid core wood or hollow steel. Hollow steel doors will be industrial type construction with at least 20-gauge skin plate thickness and will be internally reinforced with continuously spaced stiffeners. Door frames will be constructed of a minimum of 18-gauge steel. The doors provided by the contractor shall be of heavy duty industrial grade construction. They shall be metal doors and be complete with hinges, handles, locks, and automatic closer. Door hinge mounting screws should not be exposed to the exterior of the facility. If screws are exposed, they will be spot welded, peened, covered, or filled with material in a way to prevent easy removal. Nails will not be used to mount hinges or any other door hardware. Hinges should not be removable from the outside. Security hinges are preferred in this case. If conventional hinges are used, hinge pins must be spot-welded, peened, covered, or otherwise secured to prevent removal. Doors will have the ability to be secured from the inside for operator safety and will be secured with a deadbolt locking device, crossbar, or similar locking device resistant to jimmying and manipulation from the outside. Latch style door locks will not be used. Locking devices will conform to U.S. Army Corps of Engineers guide specifications. Doors must also Doors have the ability to be secured from the outside for security when not in use and will have locking devices conforming to U.S. Army Corps of Engineers guide specifications for the type of structure or with U.S. Government approved tumbler-type, key-operated padlocks. The servicing facility engineer will verify lock conformance with the guide specification. Any fitted widow will glass will be covered with 4-mil fragment retention film or they will have 1⁄2-inch thick laminated glass or plastic security glazing.. The contractor will be responsible to install both doors in completion and use-able. It is the responsibility of the contractor to provide the new doors and all associated hardware to provide a complete installation. New door locks or new hardware provided will use the same key. The doors shall be hung so that they swing out of the building. Types of doors will be decided in conjunction with the Security Office and the Lockmaster upon consultation. The scope of this contract is for the Contractor to provide renovations to both (2) controls stands. The contractor shall repair the doors, windows, HVAC, and flooring to both locations to provide the level of security, safety, and comfort required for the use of the buildings. 3.2 Windows Each control stand has a series of windows that surround the entire building. The contractor shall be responsible to replace all windows on each control stand. The contractor is required to remove and replace windows in such a way that security of the buildings is not compromised. The windows shall be provided by the contractor and be of heavy duty industrial grade construction. The windows shall be metal frame, be able to be opened from the inside, and be complete with all hinges, slides, rails, handles, and high security locking devices. The glass will be covered with 4-mil fragment retention film or they will have 1⁄2-inch thick laminated glass or plastic security glazing. All contractor and associated sub-contractor employees shall comply with all applicable project and local security policies and procedures (provided by the district representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by the District Security Management Office. Contractor workforce must comply with all personal identity verification requirements (FAR Clause 52.204-9, Personal Identity Verification of Contractor Personnel) 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 installation or facility change, the Government may require changes in contractor security matters or processes. 3.2.1 Demolition It is the responsibility of the contractor to remove and dispose of the existing windows. 3.2.2 Installation The contractor will be responsible to install all windows in completion and useable meaning that all windows shall be useable/able to be open, closed, and locked as part of the installation process. All windows shall be replaced to include windows where HVAC window units currently sit. The windows shall be provided by the contractor and be of heavy duty industrial grade construction. The windows shall be metal frame, be able to be opened from the inside, and be complete with all hinges, slides, rails, handles, and high security locking devices. The glass will be covered with 4-mil fragment retention film or they will have 1⁄2-inch thick laminated glass or plastic security glazing.. The scope of this contract is for the Contractor to provide renovations to both (2) controls stands. The contractor shall repair the doors, windows, HVAC, and flooring to both locations to provide the level of security, safety, and comfort required for the use of the buildings. 3.3 HVAC It shall be the responsibility of the contractor to install a complete and working HVAC system for each building. 3.3.1 Demolition The control stands each currently have 2 units that do not work properly; one window unit and one wall unit. It is the responsibility of the contractor to remove these units, drain coolant and provide statement of disposal, and provide removed units to the lock staff for turn in. The contractor will not take possession of the removed equipment. 3.3.2 Installation The contractor shall provide 1 unit per control stand for a total of 2, complete and installed in working condition. The units shall be of the split pack variety and sized to properly cool and heat the buildings. Location will be determined with the lock staff upon arrival. 3.4 Flooring The current flooring is a rubber mat that lays on the surface of the metal and concrete floor. The contractor shall be responsible to replace this flooring with a durable substitute that is removable if need be, but designed to provide a dielectric covering for the floor. The rubber flooring shall meet the following minimum requirements: 1. Shall have minimum tread as to not make cleaning difficult; 2. It shall be in roll/sheet form so as not to have multiple joints that may collect debris; 3. Shall be black in color; 4. Minimum ½" in thickness. 3.4.1 Demolition All old flooring shall be removed by the contractor and properly disposed of. 3.4.2 Installation The contractor shall install new flooring complete, meaning cut and fit properly to walls and adjoining equipment lying flat without undue rises or bubbles. 4. Hours of Work and Location Repairs shall be accomplished at the address below. Repairs shall only occur Monday through Thursday from the hours of 6 am. until 4:30 pm CDT. There will not be any repairs that occur on Federal holidays. US Army Corps of Engineers Barkley Navigation Lock 758 Barkley Dam Road Grand Rivers, KY. 42045 5. SUSTAINABILITY The Contractor shall utilize energy- and water-efficient building-related products and equipment, per the following link to the list of DOE Covered Product Categories: http://energy.gov/eere/femp/find-product-categories-covered-efficiency-programs) for updates. The contractor shall utilize energy- and water-efficient building-related products and equipment on items such as windows, doors, HVAC, and flooring. Also, the Contractor shall ensure that the roofing materials meet energy efficiency requirements. All deliverables be printed double sided on paper that contains post-consumer fiber (recycled content). The Contractor shall comply with the following specifications for sustainable products: • Use of Sustainable Design and Development principles • Low or no toxic or hazardous chemicals (e.g., low VOC paint) • Use of chemicals and products that do not contain ozone-depleting substances (ODS). Note that if FAR clause 52.223-11 is included, it does not indicate compliance. This clause requires contractors to label products with ODS, but does not address the use of alternatives. • Use of biobased products for equipment maintenance 6. SECURITY All contractor and associated sub-contractor employees shall comply with all applicable project and local security policies and procedures (provided by the district representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by the District Security Management Office. Contractor workforce must comply with all personal identity verification requirements (FAR Clause 52.204-9, Personal Identity Verification of Contractor Personnel) 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 installation or facility change, the Government may require changes in contractor security matters or processes. Since the work is being done within a controlled area but is expected to last less than six months, the investigation requirements fall under Category B1 for US Citizens and Category C for Foreign Nationals. Contract employees will need to be supervised/ escorted by a Corps employee while within the restricted area. In the event it is determined the contract will extend beyond six months, the contractor will need to comply with the requirements in Category B2 for US Citizens. Guidance and forms for the requirements are available on the Nashville District Public Website: http://www.lrn.usace.army.mil/BusinessWithUs/ContractSecurityRequirements.aspx. Convict Labor: Because the work is being performed in a restricted area, there are restrictions on use of persons either imprisoned or previously convicted of a felony. The Contractor shall not employ in the performance of this contract any person undergoing a sentence of imprisonment imposed by any court of a State, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands, or the US Federal Government. The Contractor shall not employ in the performance of this contract any person who has been convicted of a felony imposed by any court of a State, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, or the US Federal Government. All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. Pre-screen candidates using E-Verify Program. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.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 enrollment 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-16-T-0075/listing.html)
- Place of Performance
- Address: Barkley Navigation Lock, 785 Barkley Dam Road, Grand River, Kentucky, 42045, United States
- Zip Code: 42045
- Zip Code: 42045
- Record
- SN04247406-W 20160901/160830235633-dba33082d7b18d130fedb0f0d4e45af3 (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 |