Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

Y -- Boathouse Construction Monroe Lake Bloomington, Indiana

Notice Date
8/7/2018
 
Notice Type
Cancellation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR18T0049
 
Point of Contact
Matthew R. Scharf, Phone: 5023156185
 
E-Mail Address
Matthew.Scharf@usace.army.mil
(Matthew.Scharf@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SCOPE OF WORK U.S. ARMY CORPS OF ENGINEERS MONROE LAKE 1620 EAST MONROE DAM COURT BLOOMINGTON, INDIANA 47401 PHONE: (812)824-9136 FAX: (812)824-6264 General Requirements: Work may be accomplished Monday thru Friday. Initiation of work must be coordinated with the Park Manager, Shannon Phelps. Perspective contractors are highly encouraged to visit and collect their own measurements at the work site Price Breakout: ALL PLANS, MATERIALS AND LABOR TO CONSTRUCT A FLOATING ENCLOSED BOAT HOUSE ADJACENT TO THE CONTROL TOWER AT MONROE LAKE. Scope of Work: Construct floating boathouse. 1. Construct 12" galvanized steel frame dock with composite decking and skirts, supported by 24" encased foam floats to support a 20'x30' steel structure. Header is to be 4'x20' and each finger is to be 4'x26'. 2. Cover dock edges with black PVC dock bumper. 3. Construct 4'x20' access ramp. 4. Construct a 20x30x10, 4/12 pitch galvanized steel roof and wall structure on supporting dock. 5. Install 1-9'x10'steel overhead roll-up door with operators and manual assist and rubber flaps attached to the lower panel. 6. Install 1-30"x80" steel service door with keyed dead bolts inside and out. 7. Install a 4400 lb. v-hull lift. 8. Attach aluminum barriers to the rear of lift to prevent water entry. 9. Install 3'x8' aluminum storage racks over each finger. 10. Wire entire structure for lights and power to four 110v outlets. Property Damage and Notification: The contractor shall use reasonable care to avoid damaging existing buildings, equipment, facilities, and structures during the performance of the specified work. If the Contractor, Contractor employees, or persons acting on behalf of the Contractor fail to use reasonable care and Government property is damaged, the contractor shall repair or replace the damaged property at no expense to the Government. Property damage caused by the Contractor, or persons/employees acting on behalf of the Contractor shall be reported to the Park Manager on the day of occurrence or on the first working day following the occurrence. Work Delays/Interference: Equipment malfunctions/breakdowns or other situations adversely affecting the performance of contract work shall be promptly reported to the Park Manager. However, the reporting of such situations shall not be constructed as an excuse for not performing the specified work before the required completion time. Storage of Contractor Equipment and Supplies: The Government is not responsible for providing storage areas or facilities for the storage of Contractor supplies, materials and equipment. With prior approval, the Park Manager may provide a location for the temporary storage materials, tools and equipment. However, the Government assumes no liability for the loss or destruction of Contractor's equipment while it is stored on Government property. Laws, Rules and Regulations: The Contractor and employees of the Contractor will comply with all applicable Federal, State and local laws, rules and regulations while performing the specified work. Safety: Performance of all services shall assure complete safety to public visitors, Government employees, Contractor employees and all other persons in the area. The Contractor shall comply with any pertinent requirements contained in the Corps of Engineers Safety Manual (EM 385-1-1), current at the time of the award and any subsequent revisions to that document. Furthermore, the Contractor shall comply with pertinent occupational safety and health standards as required by the Occupational Safety and Health Administration (OSHA). The complete safety manual with appendices can be reviewed at the following address: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf Personal Protective Apparel and Equipment: The Contractor shall provide Contractor personnel with any personal protective apparel and equipment required by the Safety Manual and, as necessary, eliminate or minimize hazards to personnel. At a minimum, each employee shall wear a hard hat, shirt (with sleeves), long trousers, and protective shoes/boots during all contract work. Contractor employees shall utilize other safety equipment such as: hearing protection devices, work gloves and protective glasses/goggles whenever required by the Safety Manual. Government Payments for Services: Invoiced services that have been satisfactorily completed by the Contractor and accepted by the Park Manager will be paid by the Government on a net, 30-day basis. The Government shall pay the quoted unit price amounts for completed/accepted services as listed in the Schedule of Supplies/Services. The Contractor is required to accept payments by Electronic Fund Transfer (EFT). Payments for satisfactorily performed and accepted work will be made by: U.S.A.C.E. Finance Center CEFC-AO-P 5722 Integrity Drive Millington, TN 38054-5005 Unsatisfactory Performance: If completed services do not conform to contract requirements, the Government may require the Contractor correct the deficient services to bring them into conformity with requirements. Correction of deficient services shall not entitle the Contractor to an increase of the unit price contained in the awarded contract. If the Contractor fails to promptly correct unsatisfactory service or fails to take necessary action to insure future work is in compliance with the contract requirements, the Government may proceed with any rights or remedies detailed within the contract clauses and terms. Questions concerning this request should be directed to the POC-Shannon Phelps, Park Manager at (812)824-9136, fax (812)824-6264, or mail Attn: Shannon Phelps, USACE Monroe Lake, 1620 East Monroe Dam Court, Bloomington, IN 47401. For award of this contractual action: Vendor must be willing to complete paperwork necessary to authorize an EFT transfer of funds from the Government. The vendor must also be listed with the Central Contracting Registration (visit www.ccr.gov or call 1-888-227-2423 for more information) prior to award of this contract. Construction wage rates apply to this work and are included as an attachment. The vendor must also provide the Government with complete payroll records pertaining to services performed under this contract. A pre-work conference will be held at Monroe Lake Project Office prior to start of work. Security Requirements: All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the Park Manager or to the contracting officer, within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum. For contractors who do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the Park Manager NLT 5 calendar days after the completion of the training. 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 Park Manager no later than 3 business days after the initial contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18T0049/listing.html)
 
Record
SN05024448-W 20180809/180807231407-e965065605c040e475c851084f24ee0e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.