SOLICITATION NOTICE
Z -- REPAIR HISTORIC HAMPTON MANSION FENCE AND GATES
- Notice Date
- 9/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- NPS, WASO - WCP Contracting P.O.Box 25287 MS WCP Denver CO 80225 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS02829
- Response Due
- 9/15/2016
- Archive Date
- 9/30/2016
- Point of Contact
- Clarke, Michael
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P15PS02829 is issued as a Request for Proposal (RFP) for all labor, materials, equipment and tools necessary to provide stripping, cleaning, and painting of fence panels and gates at Hampton National Historic Site, Towson, Maryland. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-88. The North American Industry Classification System (NAICS) is 332812. The Solicitation is a total Small Business Set-Aside, Size Standard 500 employees. The Contractor shall furnish all labor, materials, equipment and tools necessary to provide removal, transportation to and from the Contractors ¿ workshop, paint stripping, cleaning, metal repairs, surface preparation and painting of fence panels, vehicle and pedestrian gates, and reinstallation of fence panels and gates in accordance with the following: The fence panel components are A) 60 feet of Iron Fence flanked by masonry piers that support the top, middle and bottom rails. The fence begins at 55 ½ ¿ and rises to 63 ¿ closest to the pedestrian access gate. Each 30 foot section is divided into four smaller eight foot sections joined by lap joints at all intersections. The rails are comprised of flat stock 2 ¾ ¿ wide and 5/8 ¿ thick. There are alternating pickets of 1 ¿ in diameter and ¾ ¿ in diameter, capped with decorative spear ends set in 8 ¿ centers. The larger diameter pickets go from the top rail through the mid-rail and through the bottom rail ending in a point. The smaller diameter pickets run through the mid-rail and the bottom rail only and are also pointed on the bottom and capped with a spear on top of the rail; B) 2-7 by 11 foot Vehicular Gates mounted on masonry piers the support the top of the railing and a post on a swivel base as an opening and closing mechanism. The vehicle gates have a reverse arch at the top, the tallest point is 11 ¿ and the center is 6 ¿9 ¿ and rises back to 11 ¿ feet. The pickets are patterned the same as the fence, alternating large and small diameter pickets with two curlicues supporting a twisted drop finial. The left side of the gate has modern fasteners (nut and bolts) holding the rails to the posts. The left gate also has a large decorative finial in the center on top. There is a thumb latch located on the right side of the gate that is still in working condition. The gates currently do not close properly and it is the responsibility of the Contractor to ensure that they close with ease upon reinstallation; C) 2-5 by 7 foot Pedestrian Gates that are currently not operational. The gates are attached to the masonry piers at the top of the gate and have a post the swivels on a base placed in the ground. The pedestrian gates are 58 ¿ wide and have a radius on the top the goes from one end to the other, the highest point on each end is 87 ¿ and the center is 73 ¿ to the lowest point. The design of the panel is the same as on the fence, alternating large and small diameter pickets, drop finials, and spears. The center rail has the decorative addition of a stag with a full set of antlers. The stag on the gate on the right is missing the antlers and the Contractor shall be responsible for fabrication of a replacement. The pedestrian gates do not need to be operational upon reinstallation. No lead was detected in the field test on any of the painted surfaces. The Contractor shall perform tasks as follows: Remove fence panels and gates from site; Remove coatings and corrosion as follows: the paint removal system shall remove paint without significant dimensional loss or damage of historic material and remove and stabilize existing deteriorated corrosion to clean metal. Once corrosion is removed, panels and components shall be inspected to identify additional repairs and treatment options not identified previously; Prime and coat as follows: Products used shall be 1) Shop Primer: Thermal spray metalizing zinc ¿ to be applied to metals that will come in contact with masonry surfaces, Wire: ASTM B833-09/2 Zinc, SSPC 23/AWS C2.23M/ NACE No. 12, applied at 2.5-3.5 mils Dry Film Thickness (DFT), Iron epoxy filler: Devcon 10110/1#lb or 10120/4#lb iron filled epoxy. 2) Shop Field Primers: Primer Zinc-Rich Epoxy, TNEMEC Tnemec-Zinc H90-97, applied at 2.5-3.5 mils DFT. 3) Intermediate Coat: Low VOC; polyamindoamine epoxy, TNEMEC Series N69 Hi-Build Epoxoline II, applied at 3-5 mils DFT. 4)Exterior Finish Coat: Polyfunctional Hybrid Urethane Coating, TNEMEC Series 750 UVX, Semi-Gloss, applied at 3-4 mils DFT. Apply high-performance primers and coatings according to manufacturer's written instructions and recommendations. Detachable hardware and castings shall be removed, coated, and then reinstalled. The Contractor shall supply industry standard work sheets with daily test results. Finish paint shall be applied to all previously coated surface in accordance with the approved paint matrix and accepted sample. High risk and hard to access surfaces shall be ¿stripe ¿ coated using a brush or spray. Striping shall be done with the same semi-gloss black color specified for the finish coat; deliver fence panels to the site, reinstall fence panels and gates, field touch-up of the metal fencing and gates. The treatment of the historic metal fence and gates may include, but not be limited to: removing rust, straightening of bent pickets, selective replacement of complete elements when missing or damaged, installation of new components, re-fabrication of existing components, paint removal and re-coating the metal work. The treatment of historic items shall be based on minimal disturbance. The Contractor shall perform historic treatment of ornamental metal work in the following sequence: Clean ornamental metal surfaces, Remove Paint, Remove or treat corrosion, Repair existing metal and fabricate replacement parts as follows: Repair by patching with new materials by filling, soldering, or welding, splicing new material into deteriorated, items include 1) At Panel/Top Rail - Align and connect with a lap joint to replicate historic 2) At Panel/Mid-Rail ¿ Align and connect with a lap joint to replicate historic 3) At Panel/Bottom-Rail ¿ Align and connect with a lap joint to replicate historic 4)Straighten panel rails and pickets (as needed) 5)Add picket extension where cut for removal 6)Add rail extensions where cut for removal, to allow for reinstallation. Fabricate replacement parts for missing or damaged items with new duplicate of original, items include 1) replacement knuckles ¿ 7 ½ each (large) and 2) replacement antlers ¿ 1 set. Replace heavily deteriorated or missing parts or features of ornamental metal with compatible materials, comply with American Welding Society (AWS) for recommended practices in welding and brazing, provide rebates, lugs, and brackets necessary to assemble units and to attach to existing work. Drill and tap for required fasteners. Use concealed fasteners where possible; use exposed fasteners to match existing work, provide ornamental metalwork composed of metals of the forms and types that comply with requirements of referenced standards and which match existing metals for alloy and finish, and welding rods and bare electrodes shall be selected according to AWS specifications for metal alloy welded. Type and alloy of filler metal and electrodes as recommended by producer of metal to be welded or filled, complying with the applicable AWS specifications and as required for color match, strength and compatibility in fabricated items. Finishes shall comply with National Association of Architectural Metal Manufacturers ¿ (NAAMM) ¿Metal Finishes Manual for Architectural and Metal Products ¿ and appearance of finished work shall allow for variations in appearance of abutting or adjacent pieces if they are within one-half of the range of approved samples. Noticeable variations in the same piece shall not be acceptable. Variations in appearance of other components are acceptable if they are within the range of approve samples and are assembled or installed to minimize contrast. The Contractor shall remove fence panels and gates from the current installation, label all fence panels and gates for reinstallation in the historic location, pack, store and handle fence panels and gates, be responsible for safe transportation to and from job site during removal and installation of fence panels and gates. Reinstallation shall include mounting all components to original locations. The Contractor shall provide field touch up paint which shall be delivered by the Contractor in quart sized labeled containers. All fence and gate components shall be picked up from and delivered to the Hampton National Historic Site, 535 Hampton Lane, Towson, MD 21286. Pricing for all work specified above shall be provided as follows: Removal and Reinstallation $__________; Panels $__________; Vehicle Gates $__________; Pedestrian Gates $__________; Pickup and Delivery $__________; TOTAL PRICE $___________. Work shall begin on October 1, 2016 and be completed on or before November 23, 2016. Should any deviations and exceptions to the above requirement be taken, the Offeror shall identify in writing with their response. The following provisions and clauses are applicable to this acquisition and are available at: www.arnet.gov FAR 52.212-1, Instructions of Offerors ¿Commercial Items, FAR 52.212-2, Evaluation ¿Commercial Items, FAR 52.212-4, Contract Terms and Conditions ¿Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer ¿Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Government reserves the right to make award without further discussion. Proposals shall be submitted in a hard-copy original no later than 12:00 p.m. on September 15th, 2016 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704; e-mailed or faxed proposal submissions will not be accepted. The following criteria weighted in order of significance will be used to evaluate the proposals received. Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) TECHNICAL APPROACH (40 points) ¿ Provide a detailed narrative of your technical approach identifying all proposed processes and sequencing of various stages of work, including blast techniques, materials, paint removal, proposed materials, capability to do metal repairs, weld techniques, paint application methods and materials, techniques for achieving dry film thickness, how you will guarantee 10-year warranty, methods of removal and transportation, and reinstallation, marking and tagging system to be used, adhesion and inspection test, and procedures of quality assurance, (2) SAMPLES OF WORK (30 Points) ¿ Identify 3 past projects of similar size and scope, include brief narratives and photographs for each, with at least one consisting of historic metal fence work. (3) FACILITIES AND EQUIPMENT (15 Points) ¿ Describe facilities and equipment intended to be used for the work identified in this solicitation. (4) PROPOSED PERSONNEL (15 Points) ¿ Identify all personnel and subcontractors and their experience, proposed for use for the work identified in this solicitation. The following additional information shall also be provided as part of the Business Management submission: (1) Pricing in the format outlined above (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications ¿Commercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. Please provide your Dunn & Bradstreet number. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 which is accessed via www.fedconnect.net by conducting a ¿Public Opportunities Only ¿ search and entering the subject solicitation number under ¿Reference Number ¿ in the search criteria. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. Award of any contract resulting from this solicitation will be made to the responsible Offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. All evaluation factors other than cost or price, when combined are significantly more important than cost or price; however, cost/price may contribute in the selection decision. The Government reserves the right to make award without further discussion of the proposals received. Therefore, it is important that your proposal be submitted initially on the most favorable terms from both the technical and cost standpoints. The Government anticipates award of a firm-fixed price contract on or before September 21, 2016. The point of contact for inquiries and clarifications is Michael Clarke, Contract Specialist, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address Michael_clarke@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS02829/listing.html)
- Record
- SN04251923-W 20160903/160901235530-56b6dea9f615bc1153c0cccb754073ea (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 |