SOLICITATION NOTICE
K -- Extend Piles Upward for Floating Dock Support at USCG Station Townsends Inlet in Sea Isle City, NJ - SOW and RFQ, etc.
- Notice Date
- 10/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Training Center (TRACEN) Cape May, 1 Munro Avenue, Mission Support Building, Room 212A, Cape May, New Jersey, 08204-5092, United States
- ZIP Code
- 08204-5092
- Solicitation Number
- HSCG42-17-Q-PCV145
- Archive Date
- 12/31/2016
- Point of Contact
- christopher j. moulton, Phone: 6098986276
- E-Mail Address
-
christopher.j.moulton@uscg.mil
(christopher.j.moulton@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ SF1442 SOW SF1413 daily Contractor cert Contractor release RFI DOL DBA Wage Rates Ref Info 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials, and equipment as required extend six (6) steel piles at Station Townsend Inlet (sm) located at 82nd St. Sea Isle City, NJ 08243 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the Contractor shall commence work NLT 20 days after notice to proceed and work diligently to complete the entire work ready for use by 35 working days after contract award. 3. SCOPE OF WORK: 1. Remove rust, clean, and paint (6) steel pipe piles above water. 2. Provide steel plate extension for (6) existing, 14" diameter steel floating boat dock guide. 3. Steel beams, angles, plates and channels shall conform to specification of A.S.T.M. Grade A992, 50ksi. 4. STRUCTURAL WELDS: AWS E70X Welds 5. Weld steel plates to existing steel plate cover with 3/16 inch fillet welds. Weld new plates vertically with 3/16" fillet welds, on all sides. 6. Furnish paint so each coat of paint will be a contrasting color. Submit list of available colors for approval. Obtain approval of the color for the top or finish coat before application. Provide catalogue pages of epoxy prime coat and finish coat. 7. Paint two coat epoxy polyamide paint that conforms to SSPC 22. Provide prime coat and finish coat. Primer shall be compatible with both bare steel and previously painted steel 8. Preparation of Surfaces: Perform the cleaning of all above water metal surfaces as recommended by SSPC-SP3, "Power Tool Cleaning". Provide rafts, nets, tarps, etc. as required to minimize spillage of debris into water. Clean and prepare areas inaccessible for power tools in accordance with SSPC-SP2, "Hand Tool Cleaning". Use impact hand tools and wire brush to remove all rust. Wash surfaces to be painted in accordance with SSPC SP1. 9. Paint shall be applied in accordance with SSPC-PA 1 (Shop, Field, and Maintenance Painting), SSPC-PA Guide 3 (A Guide to Safety in Paint Application), unless stated otherwise in the following paragraphs. First coat shall be tack free before applying succeeding coat. Follow manufacturer's instructions. Begin painting bottom of piles near water level 3 hours before approaching low tide. 10. Paint shall be brush applied. 11. Prime coat and finish coat entire exterior of pile above water (both bare steel and previously painted areas). 12. Apply paint when the following conditions are met. 13. (a) The surface to be painted is thoroughly dry. 14. (b) The ambient air temperature and the surface temperature are between 40 degrees and 100 degrees F (4 degrees and 38 degrees C) or other temperature range as recommended by the paint manufacturer. 15. (c) The humidity is 85% or less. 16. (d) Rain, fog, or ambient air temperature below 40 degrees F (4 degrees C) is not predicted during the drying period. 17. Leave one gallon extra of each type of finish coat paint with station for future touch up. Remove all debris generated from contract work to an approved disposal site. 18. Provide and install conical shaped cover for all piles. 4. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with BM1 Kale Berger @ (609) 898-6995. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated Contracting Officer's QAE representative and Point of Contact for ttheir project is BM1 Kale Berger @ (609) 898-6995. Inquiries concerning any phase of the specification before or after award shall be made to CWO3 Louis Bevilacqua @ (609) 677-2173. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The Contractor must immediately notify the Contracting Officer's QAE representative of their intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of their contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The Contractor shall without additional expense to the Government, obtain all appointments, licenses, and permits required for the prosecution of the work. The Contractor shall comply with all applicable federal, state, and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the Contractor desires to carry on work on Saturday, Sunday, Holidays or outside the unit's regular hours, must submit their request in writing to the Contracting Officer's QAE Representative for approval consideration. The Contractor shall allow ample time to enable satisfactory arrangements to be made by the Government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer's QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The Contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The Station Townsend Inlet (sm) Security Officer will be given a copy of the employee list and a pass will be issued for entry. Each Contractor provided vehicle or towed trailer shall show the Contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on Government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: 1. Responsibilities: a. All Contractors working on CG Station Townsend Inlet (sm) shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series), 29 CFR 1925 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Safety Officer prior to starting work. b. Written notification must be provided to the Station Townsend Inlet (sm) Safety Officer, BM1 Kale Berger @ (609) 898-6995 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that changes or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are; a fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the unit, and blocking of any egress routes or emergency vehicle routes. Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by The Safety Officer. c. Copies of the following must be provided to The Safety Officer prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work. d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a Contractor on Station Townsend Inlet (sm). A Facilities Division representative is required for all Contractor Lock Out/Tag Out needs. 2. Rights: a. Every employee working on Station Townsend Inlet (sm) has the right to a safe and healthy work place. The Contractor has the responsibility and right to stop unsafe work. QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations. 16. ENVIRONMENTAL PROTECTION REQUIREMENTS: a. All Contractors working on Station Townsend Inlet (sm) shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist BM1 Kale Berger prior to starting work and must be in accordance with the Unit Environmental Guide. b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on Station Townsend Inlet (sm). Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment. c. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent. d. Hazardous materials used by a Contractor are required to be disposed of by that Contractor. Disposal must be in accordance with federal, state, and local guidelines.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-17-Q-PCV145/listing.html)
- Place of Performance
- Address: Coast Guard Station Townsend Inlet (sm) located at 82nd St. Sea Isle City, NJ 08243, Sea Isle City, New Jersey, 08243, United States
- Zip Code: 08243
- Zip Code: 08243
- Record
- SN04314816-W 20161029/161027234641-1679229a51b478d132904a1f0e31ab9d (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 |