Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

54 -- TFS Tent Repair (Doors)

Notice Date
9/15/2020 2:25:41 AM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
408TH HQ KUWAIT OFFICE APO AE 09366 USA
 
ZIP Code
09366
 
Solicitation Number
W912D1-20-Q-0091
 
Response Due
9/19/2020 2:00:00 PM
 
Archive Date
10/04/2020
 
Point of Contact
Dylan Graham, Phone: 3184803774
 
E-Mail Address
dylan.c.graham.civ@mail.mil
(dylan.c.graham.civ@mail.mil)
 
Description
� � � CLIENT: TASK FORCE SINAI��������������� ������� ���� �������������������������������������������������������������������������Date: 4 Jul 2020 � � � STATEMENT OF WORK � Tent Repairs � � � � � � � � � � � � � � � � � � � � � � � � � � Table of Contents � 1.0 ��Introduction �� �������� 1.1� Objective of this project �� �������� 1.2� Scope of work ��� ������� 1.3� Responsibilities of CONTRACTOR 2.0 ��Materials ��� ������� 2.1�� Summary of materials ��� ������� 2.2�� Source of materials � 3.0 ��Safety requirements ����������� 3.1�� Applicable safety regulations ����������� 3.2�� Tools and equipment ����������� 3.3�� Personal Protective Equipment������ ����������� 3.4�� First Aid, Injury Reporting�� ����������� 3.5��� Safety Plan����� � � 4.0� �Construction processes / assembly / installation ����������� 4.1�� Construction means and methods�� ����������� 4.2�� Workmanship������� ����������� 4.3�� Supervisory requirements ����������� 4.4�� Equipment ����������� 4.5�� Damage to MFO material 5.0��� Technical Specifications ������������ �5.1 ��Concrete strength, slump ����� ��������5.2�� Vibration � ������������5.3�� Slab thickness ������� ������5.4�� Reinforcing Steel ���� ���������5.5�� Finishing ������������� 5.6�� Vapor barrier �� �����������5.7�� Concrete cover ������������� 5.8 ��Spacers and chairs ������������� 5.9�� Curing requirements ����������� 5.10�� Sequence of work ��� ���������������������������� 6.0 ��Quality control and quality assurance ��������������� 6.1� Testing and inspections ��������������� 6.2� CONTRACTOR responsibilities ��������������� 6.3� Non-conformance documentation ��������������� 6.4� Independent testing ��������������� 6.5� Quality of work ����������� 7.0 ��Completion and close-out ����������� 7.1���� Final cleaning ����������� 7.2���� Inspection and final inspection 8.0� Security Requirements (For Contractor from outside the region) 8.1 ���������� Personnel Security/Anti-Terrorism 8.2 AT Level I Training 8.3 AT Awareness Training for Contractor Personnel Traveling Overseas 8.4 Access and General Protection/Security Policy and Procedures 8.5� iWATCH Training 8.6 Contractor Employees Who Require Access to Government Information Systems 8.7 Contracts that Require an OPSEC Standing Operating Procedure/Plan (If Required):� 8.8 Contracts that Require OPSEC Training (If Required) 8.9 Information Assurance (IA) / Information Technology (IT) training 8.10 Information Assurance (IA) / Information Technology (IT) certification � Introduction � Objective of this project: �Task Force Sinai (TFS) seeks to repair worn out shelters by obtaining a service and procurement contract to replace several doors systems and the restoration of damaged areas of the tents.� � � TFS forms part of a Multinational Organization that observes the peace treaty between Egypt and Israel.� The shelters had been beaten by the severe weather condition of the area, and no upkeep or upgrade has been provided in the last ten years. The current condition of the USBATT tent�s doors does not allow for closing and the tents must always remain open. The contract seeks to upgrade the USBATT Maintenance shelter doors system and replace it with a gable roll-up door. The Aviation's maintenance shelters have numerous segmentsthat need replacement. Maintenance and upgrade work will extend and preserve the shelter's life versus replacing it with a costly, new shelter. Additionally, this will improve the overall functionality and working space within the tents. The shelters offer protection to the maintenance crew and equipment when conducting services on military gear. � Scope of Work: Scope of Work: � � Replace two (4) existing Fast Jet Gable End Doors with two (4) closed gables with 5m x 5m Roller Shutter Doors � Hand Operated Replace one (1) 4m (13.1ft) Long Mid PVC Module - No Mesh Windows, No Zip Type Access Doors Replace one (1) 4m (13.1ft) Long Mid PVC Module with Two (2) Zip Type Doors Replace one (1) HELI Door Panel � ����� 1.4. Responsibilities of CONTRACTOR shall include, but shall not be limited to, the following:�� � Visit the space and verity the condictions. Discuss with TFS personnel to ensure no other useful information was left out to for their assessment. Provide written recommendations of any required additional work, or changes to the present scope through better alternatives. � Provide all parts materials, supplies, equipment, labor and supervision for the construction of concrete foundation. Provide all materials, supplies, equipment, labor and supervision for the erection of structural �frame building. Prior to commencing work, provide MFO project engineer with acceptable mix design for concrete. Prior to commencing work, provide MFO project engineer with shop drawings for structural steel. Testing of all concrete including slump testing, temperature testing and compressive strength testing.� Prior to commencing work, provide MFO engineer with CONTRACTOR�s plan for excavation, formwork, placement of reinforcing steel, concrete placement, concrete curing procedures, erection and commissioning of fabrication of the building. Provide sufficient manpower and competent supervision in order to complete scope of work per project schedule. CONTRACTOR shall building Bar with counter top as per contract drawings. Assembly shall include all, fencing, plumbing �and electrical works, �and all works necessary to complete Patio structure. CONTRACTOR shall fabricate, ship to site, and erect frame building as shown on contract drawings agreement. �Erection of building shall include all roofing, siding, gutters, downspouts, finishes and all accessories and components as indicated on contract drawings. � Materials � Summary of materials provided by CONTRACTOR: �� All concrete materials (cement, water, fine aggregate, coarse aggregate. All formwork material including all bracing, shoring, scaffolding, bracket All reinforcing steel, chairs, grounding components, cabling for grounding All materials for curing (either curing compound, plastic sheeting, burlap, etc.) All equipment required for mixing, placing, finishing and curing concrete. All equipment required for excavation, setting and stripping forms, backfilling, and compacting of soil. Special attention is given on Concrete Notes drawing. � All materials and equipment necessary for the erection of structural steel portal frame enclosure including all anchor bolts, bearing plates, structural steel members, connectors, girts, corrugated sheet roofing, all trim, flashing, fasteners and accessories necessary for complete structure. � Summary of materials provided by the Contractor: ���������� �� All materials and components of the prefabricated building, including all electrical and mechanical components shall be provided by the CONTRACTOR. Special attention is given to Detail on Concrete Notes drawing. ��������� ������������� Safety requirements: ����������� 3.1� All tools and equipment shall be used only for the purpose they were designed for, shall be in good and safe working order, be fitted with manufacturer�s safety guards in place and meet the approval of the Task Force Sinai representative on site. � 3.2 CONTRACTOR shall provide personnel on site with Personal Protective equipment (PPE) appropriate to the tasks in hand. �Hard hats, gloves, boots and safety glasses are mandatory. Working at heights above 1.8 meters (6 feet) will require fall protection (OSHA compliant scaffolding, full body harness and lanyard, full body harness and retractable reel, etc). � 3.3� CONTRACTOR� report all injuries, no matter how minor, must be reported to Task Force Sinai representative on site immediately. ��������� ��������� 4.0� �Construction processes / assembly / installation 4.1� Prior to commencing work, CONTRACTOR shall meet with MFO construction personnel to discuss construction means and methods, and quality control measures. 4.2� CONTRACTOR �will provide a subject matter expert for 26 on site to support assembly. Supervisors shall remain on site at all times while work is being performed. 5.0� �Technical Specifications � 5.1� All material use most match current shelter manufacture.� Rubbs Building Systems Four closed gables with 5m x 5m Roller Shutter Doors � Hand Operated One 4m (13.1ft) Long Mid PVC Module - No Mesh Windows, No Zip Type Access Doors Rubb tents One 4m (13.1ft) Long Mid PVC Module with Two (2) Zip Type Doors One HELI Door Panel � �Quality Control and Quality Assurance� � 6.1� All materials and equipment shall be tested and inspected by CONTRACTOR to ensure conformance with project requirements. � 6.2� TFS representative will document all work that is deemed to be in non-conformance with project requirements. � � ����� 7.0��� Schedule/Mile Stone Completion and close-out 7.1�� At completion of all work, CONTRACTOR will notify TFS representative that work has been completed.� TFS representative and CONTRACTOR will schedule and conduct a walk-through inspection.� Deficiencies will be noted by both parties.� CONTRACTOR will then notify TFS representative to schedule a final inspection. 7.2 �Period of Performance is 30 days to� start at time of award. � ���������� �������� 8.0��� Security Requirements (For Contractor from outside the region) ����������������������������������������������������������� 8.1 Personnel Security/Anti-Terrorism: The Contractor shall become knowledgeable of all current Department of Defense (DOD), State Department, and local command instructions pertaining to personnel security and anti-terrorism issues.� Contractor personnel shall complete Level One Anti-Terrorism and OPSEC Level I training within one month after award.� On-line training is available from the Government.� Contractor personnel shall provide the COR with the Certificate of Training upon completion of the on-line course. AT Level I awareness training and OPSEC Level I training is available at the following website: https://atlevel1.dtic.mil/at and http://cdsetrain.dtic.mil/opsec."" 8.2 AT Level I Training:� All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas 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.� The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or to the contracting officer if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel.� AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at.�� 8.3 AT Awareness Training for Contractor Personnel Traveling Overseas:� All US based contractor personnel and associated sub-contractor personnel required to travel Outside the Continental United States (OCONUS) for work on a US Government contract are required to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13.� Additional specific AOR training content directed by the combatant commander will be conducted by the overseas Installation ATO. 8.4 Access and General Protection/Security Policy and Procedures:�� Contractor and all associated sub-contractors employees shall comply with applicable installation, camp, facility and area commander installation/facility access and local security policies and procedures.� The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office.� Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy.� In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 8.5� iWATCH Training:� The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO).� This local 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 COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance on the contract with the training information reported to the COR NLT 60 calendar days after contract award 8.6 Contractor Employees Who Require Access to Government Information Systems:� All contractor employees requiring access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the information systems and then annually thereafter.�� 8.7 Contracts that Require an OPSEC Standing Operating Procedure/Plan (If Required):� The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security.� This SOP/Plan will include the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator.� The contractor will ensure this individual becomes OPSEC Level II certified per AR 530-1.� COR will contact unit OPSEC Officer for determination if an OPSEC SOP if required for this contract. 8.8 Contracts that Require OPSEC Training (If Required):� Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty.� All contractor employees must complete annual OPSEC awareness training.� COR will contact unit OPSEC Officer for determination if OPSEC Training is required for this contract. 8.9 Information Assurance (IA) / Information Technology (IT) training:� All contractor employees and associated sub-contractor employees that require access must to US Government Information Systems� must complete the DoD IA awareness training before issuance of network access and annually thereafter.� All contractor employees working IA/IT functions must comply with DoD / Army� training requirements in DoD 8570.01, DoD 8570.01-M and AR 25-2 within 180 days of employment. 8.10 Information Assurance (IA) / Information Technology (IT) certification:� Per DoD 8570.01-M , DFARS 252.239.7001 and AR 25-2, all contractor employees supporting IA/IT functions shall be appropriately certified upon contract award.� The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award. 8.10 Contractors Authorized to Accompany the Force:�� IAW DFARS Clause 252.225-7040����������� (Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States), when designated by the combatant commander, all US based contractor personnel and associated sub-contractor personnel authorized to accompany US Armed Forces deployed outside the US in contingency operations; humanitarian or peacekeeping operations; or other military operations or exercises are required to receive guidance on the following AT/OPSEC related topics:� required compliance with laws and regulations, pre-deployment requirements, required training (per combatant command guidance), and personnel data required.� 8.11 Contracts Requiring Performance or Delivery in a Foreign Country:� IAW DFARS Clause 252.225-7043 (Antiterrorism/Force Protection for Defense Contractors outside the US). All US based contractor personnel and associated sub-contractor personnel required to travel Outside the Continental United States (OCONUS) for work on a US Government contract are required to comply with all theater clearance requirements and will allow the combatant commander to exercise oversight to ensure the contractor is in compliance with the combatant commander and subordinate task force commanders policies and directives. ���������������� �������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9e62188406d44e24962a2589da08108b/view)
 
Place of Performance
Address: EGY
Country: EGY
 
Record
SN05798265-F 20200917/200915230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.