Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

Z -- Epoxy bathroom floor

Notice Date
4/25/2018
 
Notice Type
Presolicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior 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
70Z04218Q5CV45500
 
Point of Contact
christopher j. moulton,
 
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 labor, materials and equipment to paint restroom floors located at USCG Air Station Atlantic City, FAA Technical Center, Bldg. 350, Atlantic City Intl. Airport, Egg Harbor Township, NJ 08234 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT ten (10) days after notice to proceed. 3. SCOPE OF WORK: The contractor shall provide all labor, transportation, and supervision necessary to perform the work as described herein. All work shall be conducted per this scope of work and all applicable federal, state, and local laws, regulations, codes and directives. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Additional work items not listed below, though necessary to attain the completed project, shall be included in the contract. A. Clean all horizontal and vertical surfaces that are to be painted. Remove loose grout in area that will be painted. B. Clean and abrade surface. C. Level all grout lines. D. Contractor shall create 4" epoxy cove up to the top of the first row of vertical tiles the entire perimeter of the bathrooms. E. Contractor shall remove all obstructions prior to work commencement and return the items back to the original location upon completion. F. Paint shall be applied in accordance with manufactures guidelines. G. Floor paint will be a 5 coat 2 part 100% solids epoxy system similar to Coatings for Industries Wearcoat. Aluminum oxide shall be applied with final coat. Double broadcast quartz floor. Contractor to provide color chart for color selection. H. Contractor shall provide SDS and TDS of all products to be used for USCG review. 4. SITE VISIT: All bidders are strongly encouraged to visit the site field to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Jim Smith 609-677-2197 or J.H.Smith@uscg.mil 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is Jim Smith. Inquiries concerning any phase of the specification before or after award shall be made to (609)677-2197. 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 his 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 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 station's regular hours, he may submit his 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 QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: 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 at Air Station Atlantic City shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Air Station Safety Officer prior to starting work. b. Written notification must be provided to the Air Station Safety Officer, LT Kevin Smit in their capacity as Air Station Safety Officer 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 Air Station grounds, 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 Air Station Safety Officer. c. There shall be NO SMOKING in any building on the Air Station Grounds. A designated smoking area has been established and shall be the only area utilized for smoking purposes. d. Contractor shall provide all required safety equipment needed to complete the job, to include safety glasses, rubber gloves, etc. Material Safety Data Sheets for all chemicals utilized shall be provided to the contract upon award. Contractor shall ensure that appropriate clothing is worn by their employees while on Air Station Atlantic City grounds. 2. Rights: a. Every employee working on Air Station Atlantic City grounds 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 Air Station Atlantic City 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, Tim Anderson 609-677-2017 Timothy.A.Anderson@uscg.mil b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on Air Station Atlantic City. 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/70Z04218Q5CV45500/listing.html)
 
Place of Performance
Address: USCG Air Station Atlantic City, FAA Technical Center, Bldg. 350, Atlantic City Intl. Airport, Egg Harbor Township, NJ 08234, Egg Harbor Township, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN04900579-W 20180427/180425230809-b3f2529b7ec2409055ca27228c89341b (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  © 1994-2020, Loren Data Corp.