Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

Z -- Replace Perimeter Fencing

Notice Date
2/25/2022 10:05:05 AM
 
Notice Type
Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W7MT USPFO ACTIVITY ALANG 117 BIRMINGHAM AL 35217-3595 USA
 
ZIP Code
35217-3595
 
Solicitation Number
W50S6M-22-B-0001
 
Response Due
12/23/2021 8:00:00 AM
 
Archive Date
03/30/2022
 
Point of Contact
Wade R. Edwards, Phone: 2057142275, Fax: 2057142472, Jeffrey A. Farmer, Phone: 2057142347
 
E-Mail Address
wade.edwards@us.af.mil, jeffrey.farmer.2@us.af.mil
(wade.edwards@us.af.mil, jeffrey.farmer.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this memorandum is to explain the Contracting Officer's logic supporting the inclusion of the following four option items in the solicitation W50S6M-22-B-0001, project number BRKR202005, Replace Base Perimeter Fence at the 117 Air Refueling Wing, Birmingham, AL. 1. Construct an asphalt access road for AT/FP measures. Provide all labor, tools, parts transportation, tools, equipment, materials, supplies, services, permits, insurance, supervision necessary to install asphalt access road as per Specifications and Drawings. 2. Install concrete driveway. Provide all labor, tools, parts transportation, tools, equipment, materials, supplies, services, permits, insurance, supervision necessary to install concrete driveway as per Specifications and Drawings. 3. Install erosion control measures and clear trees. Provide all labor, tools, parts transportation, tools, equipment, materials, supplies, services, permits, insurance, supervision necessary to install erosion control measures and clear trees 4. Install security bollards. Provide all labor, tools, parts transportation, tools, equipment, materials, supplies, services, permits, insurance, and supervision necessary to install security bollards. This project will consist of replacing the boundary fence line according to UFC 4-022-03, and constructing access road for security concerns, located at the 117ARW, 5401 East Lake Blvd, Birmingham, AL 35217. Any plans provided are original construction documents for information to the bidder and any reference to new work should be ignored. Field verification of all work items, site conditions, or any questions about the work to be performed are required before submission of bids. B. Replace 5,867 linear feet of chain link fence. Removal of fence includes posts, fabric, and portions of the old fence posts that remain visible. Contractor will haul the old fence and attachments off base, and dispose of. Use of concrete for the fence project will be subject to compressive tests. Government will take samples, and perform 7, 14, and 28 day tests. Compressive tests must be in compliance with UFC standards. The section of fence that will be replaced is indicated on Section 3-15. C. Clearing and grubbing of 7,260 square yards of trees and vegetation. Dimensions to clear the designated area include 30� on the outside of fence, and a 20� on the inside of the fence. Clearing and grubbing include any vegetation over 8� in height. This includes clearing small shrubs all the way to large trees 24� in diameter. D. Earthwork will be needed on the east fence line to make way for riprap. Remove 4� of top soil from future fence line to retaining wall to equivalent to 370 square yards. Section 3-15 will indicate area. Geotextile will be placed on the remaining subgrade, before riprap is laid. Riprap will be 9� in size. E. Remove existing outriggers with the three strand barbed wire, and install new �Y� outriggers with six strand of barbed wire for 545 LF. Indicated on map. F. Installation of the new fence line will follow the same route as the existing fence line unless directed otherwise. G. Fencing fabric must be minimum 9-gauge wire mesh and mesh openings must not be greater than 2-inches per side. Fence fabric material will be galvanized steel. The fencing fabric must be extended to within 2 inches of firm ground and anchored using horizontal bottom rails, tension wires, or concrete curbs materials. Locate all posts, rails, bracing and tension wires on the secure/protected side of the fencing fabric. See drawing 3.1 H. Fencing fabric must be mounted on steel posts that are set in concrete with additional bracing at corners and gate openings, as necessary. Posts, bracing, and all other structural members must be placed on the secure-side of the fencing fabric. I. Steel truss rods used for bracing must have a minimum nominal diameter of 5/16 inch and provided with turnbuckles for tensioning. Provide bracing for each gate, terminal and end post. Install truss rods diagonally from near ground level of the gate, terminal or end post to within 6 inches from the top of the fabric at the adjacent line post. Fencing fabric can be securely fastened to tension wires on the top and bottom with 9 gage galvanized tie wires incorporating at least three full twists, 9 gage round wire galvanized hog rings, or in a manner that provides a tensile strength equal to or greater than the strength of the fencing fabric. Securing all fastening and hinge hardware by welding to prevent disassembly of fencing and gate components. J. All security and perimeter fencing must have a minimum fence fabric height of 7 feet excluding the top guard. Fence height including outriggers must be a minimum of 8 feet. K. When required, install outriggers at 45-degree angles in a ""Y""/""V"" configuration, constructed of a double outrigger consisting of 18-inch arms, each having three strands of barbed wire at regular intervals along the top of the fence. L. The outriggers must provide a minimum of an additional 12 inches to the fence height. The top guard fencing adjoining gates with vertical height of 18 inches, but for a limited distance along the fence line to adequately open the gates. Outriggers must be permanently affixed to the fence posts with screws or by spot welding. Screws used to affix outriggers to posts must be made tamper-proof either by design, peening, or welding. M. Fences require 6 strands of barbed wire equally spaced. Barbed wire must consist of two 12.5-gauge twisted line wires with 15-gauge round barbs. Barbed wire must be zinc-coated steel. All barbs must consist of four points and spacing of barbs must be at 5-inch centers. N. Fences must be grounded at each side of a gate or other opening. In addition to openings, grounding will be added at the start and last post of fence section. Gates must be bonded to the grounding conductor, jumper, or fence. A buried bonding jumper must be used to bond across a gate or other opening in the fence, unless a nonconducting fence section is used. If barbed wire strands are used above the fence fabric, the barbed wire strands must be bonded to the grounding conductor, jumper, or fence. When fence posts are of conducting material, the grounding conductor must be connected to the fence post or posts, as required, with suitable connecting means. When fence posts are of nonconducting material, suitable bonding connection must be made to the fence mesh strands and the barbed wire strands at each grounding conductor point. See section 3.1 for grounding detail. O. Ditches and swales must provide additional fencing below, suspending from the lower rail of the main fence to the auxiliary frame and around the sides of the ditch. The added fence must be attached every 2 inches along the intersection of the two fence sections and either attached to a series of ground stakes secured to the sides and bottom of the ditch, or embedded in a concrete sill in the ditch or swale. Concrete curbing must be used to fill areas between fencing and ground surface. Several cases in this project will include adding additional fabric to extend into the ditches. Most will only include a few additional inches in depth. See section 3.3 and 3.4 drawing. P. Provide a screen arrangement below fencing using vertical and/or horizontal steel bars or pipes for ditches and swales receiving frequent water flow. Provide a maximum spacing of 9 inches between either vertical or horizontal bars. Possible debris must be considered when designing the spacing between bars. Crossing bars must be welded at each intersection, with bars embedded 6 inches into concrete and fastened to the bottom rail of the crossing fence. Q. Where cabling exist, replace post by post to ensure holding tension of the cabling. Do not demo entire fence line with cabling, unless COR approves. As new fabric and accessories are installed, ensure cabling is installed same height as previously on old fence. Please refer to the DOD Anti-Ram Vehicle Barrier listing to choose the correct cabling. Cabling must be securely bolted back on. See section 3.5 and 3.6 for drawing. R. Roughly 1575 LF of cabling will be added to fence line. Reinforcing cables must be terminated to concrete deadman anchors. Anchors are to be placed at intervals of 200 feet on the secure/protected side of the perimeter fencing. Offset deadman anchors from fence at the minimum distance required to avoid interference with post and to allow maintenance access to the turnbuckles, clamps, and other accessories. Terminations for 200� sections should overlap the adjacent cabling section to ensure no lapse of coverage. DOD Anti-Ram Vehicle Barrier listing will be provided to contractor. See drawing 3.7 for cable terminations. S. Eyebolts embedded in the concrete deadman anchors may have either a welded ""T"" or ""L"" end. The eyebolt can either be in-line with the attached cable or flush against the deadman surface. When used, eyebolts should be welded and galvanized to the anchor rods. The top side of the deadman can be placed flush with or below the ground surface with the eye of the eyebolt above ground. Threaded rods may also be used as an alternative to the eye bolt when securing the cables to the deadman anchor. When using threaded rods, the threaded rod and wire rope connection must be visible above ground like the eyebolt previously described. T. With the case of cable terminations, bollards will be placed in the weaken areas. This is to ensure protection is still provided. Eight bollards will be placed at 4� intervals or less. See section 3.5, 3.7, and 3.8 for bollard details. CAD drawings will indicate location of needed bollards. U. For concrete pipes that pass under fences, the grill ends must be welded to a steel rim that fits snugly over the concrete pipe. The rim and grillwork will be fastened over the concrete pipe and bolted or pinned to the rim of the concrete pipe. Grill ends may be embedded in a concrete headwall that encapsulates the concrete pipe. Grills must be placed on attack side of the fence. Care must be taken during design to assure that bars and grills across culverts are not susceptible to clogging. All utility openings are intended to be designed with a debris catcher to permit either rapid clearing or removal of grating for cleaning when required. Steel used for grill must be in accordance with ASTM A529 and the corrosion prevention control section of the UFC. See section 3.12 for drawing. Contractor may submit their plan for options other than mentioned. V. The double swing vehicular gate must be designed to swing inward, toward secured area. A 2 inch maximum clearance must be maintained between the bottom of fence and the road surface when gate is in closed position. Gate openings for double swing gates 12 feet. Provide 3� 6� deep concrete foundation must be used for swing gate posts. Gate swings must be designed with a large arc space for proper operation. Weld hinges to the gate post and gate. Provide chain for swing gate, and ensure chain is reasonably tight but easy to remove with the lock. Government will provide lock. W. Reweave bottom fabric which includes 500 LF of existing fence fabric to horizontal post, or wire. Use the same standards as new fence line using 9- gauge tension wire. X. Access road will begin south of detention pond, indicated on Section 3-15, and tie into existing asphalt near church. 3� of �� stone to be compacted to 95% for ASTM standards. Compact every 2� lifts. Two foot shoulders for each side which will make a total of 16� width. 2� of asphalt binder course, and 1.5� of asphalt wearing surface for a width of 12�. The difference from wearing surface, and aggregate shoulder should not exceed more than a 1� drop off in height. Asphalt compaction of 94lbf, plus or minus 2lbf. Earthwork will be needed to ensure asphalt is no more than 2� above existing surface. Asphalt will be roughly 1,050LF. ALDOT sign R5-11, Authorized Vehicles Only, will be placed at both ends of new street. On same pole, street name plate will be added on both poles. Contractor will provide all four signs, posts, and concrete to set posts. See drawings for more information. Base Civil Engineer will determine street name at a later time. Y. Access road will begin behind CE warehouse, and travel east to CE aggregate pit. 4� of �� stone, and 2� of 8910 to be compacted to 95% for ASTM standards. Compact every 2� lifts. 4� of asphalt binder course, and 2� wearing surface with a 12� width. The difference from wearing surface, and existing surface should not exceed more than a 1� drop off in height. Asphalt compaction of 94lbf, plus or minus 2lbf. Asphalt will be roughly 875LF. Earthwork will be needed. ALDOT sign R5-11, Authorized Vehicles Only, will be placed at beginning of new street. On same pole, street name plate will be added. Contractor will provide both signs, post, and concrete to set post. See drawings for more information. Base Civil Engineer will determine street name at a later time. Z. Base must stay secured at all times. Contractor must not demo the existing fence unless plans are in place to install new fence in its place same day. Contractor will not leave worksite for the day unless boundary fence is still connected. AA. The tree clearing, and fence replacement of the eastern most fence line will be conducted on Birmingham Airport Authority property. Any crews that will be a part of this portion of the project must have a STA badge from the Airport. Each badge will cost $65. This badge will include the contractor taking three airfield courses. These courses are offered at the BAA badge office. Contractor must set up time with BAA through project COR to take courses, and register their employees. 1.3 ADDITIONAL BID ITEM A. Install 180 linear feet of vehicle cabling to secure secondary gates near building 40. Install 16 bollards to help secure the new cabling. Cabling and bollards will follow UFC 4-022-03 standards. See Section 3-5, and map for indicated area. 1.4 CONTRACT RESPONSIBILITIES A. The work is one contract bid package that will be contracted directly with the CONTRACTING OFFICER. B. Responsibilities of CONTRACTOR: 1. Except as specifically noted, provide and pay for: a) Labor, materials, and equipment. b) Tools, construction equipment andmachinery. c) Other facilities and services necessary for proper execution and completion of work (locating and flagging underground utilities, etc.) d) Independent testing lab to do all materials and quality control testing if required. e) �Provide� means to furnish and install, complete and ready for operation. 2. Give required notices. 3. Comply with codes, ordinances, rules and regulations, orders and other legal requirements of public authorities which bear on performance of work. 4. Promptly submit written notice to CONTRACTING OFFICER of observed variance of contract documents from legal requirements. a) Assume responsibility for work to be contrary to such requirements, without notice. b) Appropriate modifications to Contract Documents will adjust changes necessary due to legal requirements. 5. Enforce strict discipline and good order among employees. Do not employ on work: a) Unfit persons. b) Persons not skilled on assigned tasks. 6. Furnish all submittals (including shop drawings, catalog cuts, brochures, test reports, progress schedules, estimates and general correspondence) promptly and on time to be approved before starting the work for which submittals are required. C. Responsibilities of CONTRACTINGOFFICER: 1. CONTRACTING OFFICER to review materials testing lab qualifications submitted by the CONTRACTOR. This responsibility is generally delegated to the Base Civil Engineer Office. 2. Construction Drawings. 1.5 CONTRACTOR USE OF PREMISES A. Confine operations at site to areas permitted by: 1. Law 2. Ordinances 3. Permits 4. Contract Documents 5. Existing Staging Areas 6. Where directed by CONTRACTING OFFICER. B. Do not unreasonable encumber site with materials or equipment. C. Assume full responsibility for protection and safekeeping of products stored on premises. D. Move any stored products which interfere with operations of CONTRACTING OFFICER or other CONTRACTORS engaged in work for the CONTRACTING OFFICER. E. Use of Site: Government will occupy the site during construction. Coordinate so that the least amount of disruption is caused, that traffic and personnel safety is maintain. F. CLEANLINESS IS THE ESSENCE OF QUALITY. Keep site clean. Remove waste material from the site weekly. Failure to comply will result in notice to clean site given by CONTRACTING OFFICER; if not cleaned within twelve (12) hours from time of notice, the CONTRACTING OFFICER will clean the site and charge the CONTRACTOR $200.00/hour for this work. 1.6 SUBMITTALS A. Approval for all materials must be given before installation. B. No work can be started until such work has been discussed and reviewed by the CONTRACTING OFFICER C. Test reports shall be checked by the Base Civil Engineer and the CONTRACTING OFFICER to insure compliance with the Specifications. D. Any deviations will be made known to the CONTRACTOR and CONTRACTING OFFICER. E. It is the CONTRACTOR�S responsibility to achieve compliance with the Specifications. PART 2 PRODUCT SUBMITTAL 2.1 Fence fabric (wire gauge) 2.2 Fence post 2.3 Extension arm 2.4 Barbed wire 2.5 Fence bracing rod and turnbuckles 2.6 Fasteners/Weld 2.7 Concrete 2.8 Rebar 2.9 Bollard 2.10 Steel culvert grate/other option 2.11 Vehicle Cable 2.12 Riprap 2.13 Geotextile fabric 2.14 Tree Trimming equipment (Approval from FAA)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c828b45679884d4ea9dc4ae2ceaea83f/view)
 
Place of Performance
Address: Birmingham, AL 35217, USA
Zip Code: 35217
Country: USA
 
Record
SN06251278-F 20220227/220225230111 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.