SOLICITATION NOTICE
Z -- USCG National Capitol Region Wind Indicator
- Notice Date
- 3/16/2017
- Notice Type
- Presolicitation
- NAICS
- 238390
— Other Building Finishing Contractors
- 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
- HSCG4217QPCV710
- 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
- SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all supervision, labor, materials, and equipment as required installing one solar powered wind cone. All work is located at USCG National Capitol Region Air Defense Facility (NCRADF), Washington Reagan National Airport, Hangar 5 Washington, D.C. 20010. 2. COMMENCEMENT AND COMPLETION OF WORK: Commence work NLT 20 days after award and finish work NLT 35 days after award. 3. SCOPE OF WORK: 1. Permanently mount one Point lighting Corporation L-807 or similar internally lighted orange/neon FAA size 2 wind cone to the exterior wall of the stairwell exit of the Ronald Reagan Washington National Fire Department building 301. The wind cone will be powered by solar panel (PV) array with internal batteries (NEMA 4x rated box). a. Windsock i. FAA size 2 - 12 feet (3.75m) in length and 36 inches (0.9m) in throat diameter. ii. Fabric for windsock may be made of cotton, a synthetic material, or a blend of the two, and may be coated. If the fabric is not naturally immune to water absorption, it must be treated to become water repellent. Must meet the following standards: 1. Minimum breaking strength: Warp - 150 lbs; Filling - 150lbs. Method 5102 of FED-STD-191A can be used to determine min. breaking strength 2. Good or better colorfastness as determined by Method 5671 of FED-STD-191A. iii. Orange/neon in color iv. Windsock must fully extend when exposed to a wind no less than 15 knots. b. Framework i. Must be provided to hold the throat of the fabric windsock fully open under no wind conditions and to provide an interface with the support. It must be of low-mass design so as to offer minimum resistance to an inadvertent strike by aircraft. ii. May be made of metallic or nonmetallic material. Ferrous materials must be hot-dipped galvanized, zinc plated, or epoxy-resin coated. iii. Must be constructed to deter the accumulation of water in the windsock iv. Must support the fabric windsock in a rigid position for three-eighths of its length. v. When the fabric windsock is attached to the framework the combination must perform as a wind vane. vi. Bearings, bushings, or like devices must be either permanently lubricated or provided with fittings to allow periodic lubrication. c. Supporting Structure i. Type L-807 1. Must be hinged at base or near middle so the wind cone and light fixture can be serviced without lift equipment. 2. Will be side mounted to the building exterior. (See attached picture). 3. The windsock must move freely about the vertical shaft it is attached to and when subjected to wind of 3 knots (5.6 km/hr or 3.5 mph) or more and indicate the true wind direction within +/-5 degrees. 4. Base of windsock framework will extend a minimum of 10ft above the roof line and must have unobstructed radial clearance at full extension in a 360 degree range of movement. 5. Final mounting location must be approved by designated QAE prior to installation. d. Misc. i. The wind cone assembly must be designed to operate between any ambient temperature between -67*F and 131*F as well as wind speed up to 75 knots. ii. Wind cone assembly will be internally lighted 1. Light fixtures must be placed and aimed to minimize objectionable glare to aircraft pilots. iii. Solar panel array will meet at a minimum the product specifications of Point Lighting P/N: SOL-62000-A901853A 1. Panel will be mounted in location that provides optimal sunlight broadcast during the day and within reasonable distance of supporting structure. 2. Panel placement must be approved by QAE prior to installation. 2. All mounting/fastening hardware and materials will be in compliance with FAA, Local, and Government regulations and standards. Windsock and solar array shall also be mounted or anchored in a fashion that will not create any type of foreign object debris (FOD) or jeopardize the weather tight integrity of the building. A. The following attached documents provide guidance and requirements on aforementioned work: a. FAA Advisory Circulor 150/5345-27E. FAA Specifications for Wind Cone Assemblies 3. Contractor will supply all equipment needed for job completion including safety barricades, scaffolding, high reach lift, hardware, etc. 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 LT Katherine Voth @ (703) 417-2265 or DCC Nicholas Mimms @ (609) 813-3892. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is LT Katherine Voth @ (703) 417-2265 or DCC Nicholas Mimms @ (609) 813-3892. 6. CONDITIONS AFFECTING THE WORK: The contractor 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. All work shall be coordinated and approved through Metropolitan Washington Airport Authority airport manager POC: Jeremy Meltzer @ (703) 417-8028, Jeremy.Meltzer@MWAA.com as per Coast Guard lease agreement MWAA-LN-04-04. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of the intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statements of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this 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 (0730-1600), they 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 NCRADF's Security Officer MEC Shane Coleman (703) 417-2242 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 NCRADF 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 NCRADF Safety Officer, LT Katherine Voth @ (703) 417-2265 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or those 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 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 NCRADF. A Facilities Division representative is required for all contractor Lock Out/Tag Out needs. 2. Rights: a. Every employee working on NCRADF 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 NCRADF 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 LT Katherine Voth 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 NCRDF. 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. # THIS IS A PRE-SOLICITATION. DO NOT CONTACT POC'S LISTED ON SOW UNTIL SUCH TIME THIS BECOMES A SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG4217QPCV710/listing.html)
- Place of Performance
- Address: USCG National Capitol Region Air Defense Facility (NCRADF), Washington Reagan National Airport, Hangar 5 Washington, D.C. 20010, Washington, District of Columbia, 20010, United States
- Zip Code: 20010
- Zip Code: 20010
- Record
- SN04437307-W 20170318/170316234554-e888d82fed3ae4fea304f14071c4f96f (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 |