Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2003 FBO #0453
SOLICITATION NOTICE

78 -- 78-RECREATIONAL AND ATHLETIC EQUIPMENT

Notice Date
2/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Capitol Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
DABJ03-03-T-0050
 
Archive Date
5/5/2003
 
Point of Contact
DENESE HENSON, 703-806-4446
 
E-Mail Address
Email your questions to Capitol Contracting Center
(Denese_Y_Henson@belvoir.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Capital District Contracting Center is issuing a combined synopsis/solicitation for Fort Belvoir Child and Youth Services to design and install CYS Skateboard Park. Statement of Work for Fort Belvoir Child and Youth Services Skateboard Park 1.0 PURPOSE:Contractor shall provide/furnish and install all designs, materials, and skateboard park equipment, IAW the following SOW.2.0 STATEMENT OF WORK 2.1 The following statement of work describes the necessary tasks to be performed by the Contrac tor:2.1.1 The Contractor shall furnish and install all designs, materials, and skateboard park equipment for the designated/fenced area on Langfitt Loop, in front of Bldg 1003 on Fort Belvoir Army Post with dimensions being: 87 ? feet x 165 feet. Constru ction of the skateboard park materials/equipment shall be made of steel.The skateboard park design, materials and equipment should meet all U.S. Consumer Product Safety Commission's Handbook for Public Playground Safety; for ages 6 years to 18 years.2.1.2. The Contractor shall provide a list of suggested prices to Child and Youth Services for their suggested design. Items to be considered but not inclusive to the design, materials and skateboard park equipment are as follows: Steel Construction,4? ? Pipe,6? ? Pipe,? Pike,Rails/Ramps,Launch Ramps,Spires Banks,Kink Rail,Low Box,Fun Grid Box,4?Quarterpipe,5?Quarterpipe,6?Quarterpipe 4?Bank Ramp,5?Bank Ramp,6?Bank Ramp,? Pyramid w/Ledge,? Pyramid w Angle Ledge ? Pyramid w/ Multi Ledge,Fly wedge box ends only,Fly Wedge Box w/ 5-D Grid Rail 2.1.3. Contractor shall provide at least 12 months warranty on materials/equipment and installation.2.1.4. The Contractor shall provide an additional 2 years maintenance on all materials/skateboard equipment with quarterly maintenance performed.2.1.5. C ontractor shall construct steel skateboard park on an existing concrete fenced area 87 ? feet x 165 feet located on Langfitt Loop in front of Bldg 1003, Fort Belvoir, VA.2.1.6. The Contractor shall ensure design/materials and skateboard equipment is age appropriate for ages 6 years ? 18 years.2.1.7. The Contractor shall meet all U.S. Consumer Product Safety Commission's Handbook for Public Playground Safety; plus any Fort Belvoir safety standards/ requirements as identified by the Fort Belvoir Safety Of fice and Child and Youth Services.2.1.8. The Contractor shall provide at least 2 design/layouts to Child and Youth Services for assessment as to the best design for CYS needs. The contractor shall provide a hard copy of the designs/layouts with an item ized list of each line item required to make the design/layout possible. The contractor shall also provide the above information on a MicroSoft Word or Excel document with each line item and cost to include design/installation.2.1.9 The Contractor shall have skateboard park installed/inspected and fully operational by 7 Apr 03.3.0 SCHEDULE.3.1. A pre-performance conference will be scheduled by the Contracting Officer after contract award and prior to commencement of work. The Contracting Officer will noti fy the Contractor of the time and date set for the meeting which will be held at Fort Belvoir, Virginia. At this meeting, the Contractor will be oriented to Government procedures and line of authority, as well as contractual, administrative, and performanc e matters. The Contractor is required to furnish a current Certificate of Insurance and a letter appointing a job superintendent at the meeting.4.0 SITE INSPECTION:4.1. Offerors are urged and expected to inspect the sites where services are to be perform ed and to satisfy themselves as to all general and local conditions that may affect the cost of performance of the contract, to the extent such information is reasonably obtainable. In no event will a failure to inspect the site constitute grounds for a c laim after award of the contract. Arrangements for inspecting sites will be made by contacting the Directorate of Contracting, Building 1 425, Fort Belvoir, Virginia 22060-5075 or by phoning 703805-9148. Offerors will be accompanied on the site visit by a representative of Child and Youth Services. 5.0 SUPERVISION AND APPROVAL OF WORK.5.1. All deliverables shall be considered complete and final upon receipt of all review and final approval signatures. Final acceptance of the deliverables shall be determined by the Fort Belvoir Child and Youth Ser vices and after all inspections have been completed and agreed upon from Safety and other appropriate agencies on Fort Belvoir.6.0. SAFETY AND ACCIDENT PREVENTION.6.1. The Contractor shall conform to the specific safety requirements established by this co ntract;6.2. The Contractor shall comply with all Federal and Fort Belvoir safety rules.7.0 COMPLIANCE WITH POST/BASE REGULATIONS (JUL 1980): 7.1. The site of the work is on a military reservation and all rules and regulations issued by the Commanding Officer governing general safety, security, sanitary requirements, pollution control, traffic regulations and parking, shall be observed by the Co ntractor. Information regarding these requirements may be obtained by contacting the Contracting Officer, who will provide such information or assist in obtaining same from appropriate authorities.7.2. Take all precautions to prevent accidents and preserve the life and health of Contractor personnel performing or in anyway coming in contact with the performance of this contract; and 7.3. Take such additional immediate precautions as the Contracting Officer may reasonable require for safety and accident prev ention purposes.7.4. The installation Safety Officer will be responsible for monitoring the Contractor in the area of safety and accident prevention.8.0. FIRE PREVENTION AND PROTECTION:8.1. The Contractor shall comply with all safety and fire requirements outlines in the Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, and Fort Belvoir's Fire Regulations. A written fire permit shall be obtained from the installation Fire Marshal for use of open flame devices such as blow torches, portab le furnaces, tar kettles, or gas and electric welding or cutting equipment in, on or within 15 feet of buildings. The Contractor or his responsible agent will be required to make a thorough inspection of each building in which he has performed work at the close of his operation each work day to determine that all necessary safeguards relative to probable fire hazards are in effect. The Contractor will familiarize himself and all personnel engaged in the work under his direction, of the location of fire-repo rting telephones near the job site; the Regulations; the Installation Fire Marshal will be contacted for information or clarification required. The Fort Belvoir Fire Chief, Building 191, Telephone 703805-2127, will be notified prior to commencement of work or delivering material to the job site.9.0. ACCIDENT REPORTS:9.1. The Contractor shall comply with accident reporting requirements, as outlined in the USAFB Regulation No. 385-18, which will be furnished to the successful bidder by the Contracting Offic er. All accident reports will be submitted directly to the Contracting Officer.10. UTILITIES.10.1. Interruption of Utilities 1972 10.2. No utility services shall be interrupted by the Contractor for any purpose without approval of the Contracting Officer .10.3. Request for permission to shut down services shall be submitted in writing to the Contracting Officer not less than 7 days prior to date of proposed interruption. The request shall give the following information:Nature of Utility gas, L.P., or H.P ., water, etc. Size of line and location of shutoff.Building and services affected Hour and date of shutoff.Estimated length of time service will be interrupted.Services will not be shut off until receipt of approval of the proposed hours and date from the Contracting Of ficer.10.4 Get all required digging permits from the Fort Belvoir Directorate of Installatio n Support before beginning any work and display permits as required.11. PROTECTION OF MATERIALS AND WORK:11.1. The Contractor shall at all times protect and preserve all materials, supplies and equipment of every description including property which ma y be Government furnished or owned and all work performed. All reasonable requests of the Contracting Officer to enclose or specially protect such property shall be complied with. If, as determined by the Contracting officer, material, equipment, supplies and work performed are not adequately protected by the Contractor, such property may be protected by the Government and the cost therefore may be charged to the Contractor or deducted from any payment due to him.11.2. PROTECTION OF GOVERNMENT BUILDING, E QUIPMENT AND VEGETATION:11.3. The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation such as trees, shrubs, and grass on the Government installation, except those which will be relocated or replaced during the execution of the contract. If the Contractor fails to do so and damages any such buildings, equipment, or vegetation; he shall replace or repair the damage at no expense to the Government as directed by the Contracting Officer. If he fails or refuses to make repair or replacement the Contractor shall be liable for the cost thereof which may be deducted from the contract price.12. DISPOSAL OF ALL REFUSE, RUBBLE AND DEBRIS.12.1 The Contractor is responsible for removing all refuse, rubble and debris r elated to this contract from the site. The sites where the projects are located, plus adjacent areas are all used as play areas for young children and as such must be free of all construction refuse and debris.Virginia phone: 703-241-6000, with the Contrac tor assuming all costs incurred.13. The magnitude of this project will NOT EXCEED $ 99,900.00.14.DEFINITIONS.14.1 YOUTH SERVICES: A system of programs within centralized facilities for youth, to include a full-day programs, part-day program and hourly pr ogram according to local needs. 14.2. CHILD AND YOUTH SERVCIES CYS: Army-operated or regulated Child Development Center, School Age Services, Youth Services, Family Child Care home and Supplemental Program and Services delivery systems with provisions for full-day, part-day and hourly p rogram services as required to address the unique child car needs of military and eligible civilian families.14.3. CONTRACTING OFFICER KO: A person with the authority to enter into administer, and/or terminate contracts and make related determinations and findings as specified in FAR Subpart 2.101.14.4. CONTRACTING OFFICER'S REPRESENTATIVE COR: A Government employee designated by the Contracting Officer to act as his authorized representative in Administering a contract, as specified in AFAR Subpart 42.90 .14.5. DEVELOPMENTAL PROGRAMMING: Programs which reflect knowledge and understanding of the growth and development of children/youth and provide experiences to enhance and support children's/youth?s physical, social, emotional and cognitive growth. 15. CONTRACTOR FURNISHED PROPERTY.15.1. Contract shall furnish everything required to accomplish this project that has not been specifically identified as Government furnished.16. SPECIFIC TASKS.16.1. LOCATION OF'WORK.16.2. The design phase of this project may occur at the location of the contractor's choosing. Implementation of the designs i.e. installation of the skateboard park shall be on Langfitt Loop in front of Bldg 1003, Fort Belvoir, Virginia. Repair of the equipment during warrant will also occur at the at the above location.17. GENERAL DESCRIPTION OF WORK. The following outline of principal features does not in any way limit the responsibility of the Contractor to perform all work to include furnishing all labor, materials and equipment for the d esign, installation and repair during warranty of the skateboard park. The work performed shall be completed in strict accordan ce with the terms and conditions of the contract and include without limitation the following components:17.1. DESIGN EFFORT. The design work shall incIude:17.2.Site visit to the installation to: 1. a. analyze existing conditions,1 b. performs and investigate site survey. 1 c. verify history of site through master plan from Directorate of Installation Support DIS)1 d. verify existing site conditions, including location of utilities and get proper digging and excavating permits, sanitary and storm drains, roof drains, water mn-off, existing installed equipment, storage sheds and landscaping, etc. Contractor should coordinate with DIS for all information concerning the above. 1e. meet with CYS staff to discuss project.17.3. Incorporation of:a. Of existing fencing on current proposed skateboard park area.b . Handbook for Public Playground Safety, U.S. Consumer Product Safety Commission Any discrepancies between documents mus t be reported to the Contracting Officer for adjudication.18. Preliminary design package consisting of:a. a conceptual layout which outlines specifications for the specific CYS skateboard park area b. drawings of overall site plan for the skateboard park area c. catalog cuts for any proposed play elements d. statement that design meets all safety standards play equipment specifications as listed in applicable documents e. meeting with CYS staff to examine the preliminary design package f. provide line ite m by line item with cost of each item required to construct skateboard park on a Word or an Excel document on disk or thru email this is for procurement purposes, to be included in the Purchase Order submitted by CYS.19. Final design incorporates/include s:a. changes and comments from COR on the preliminary design.b. additional drawings, listings, catalog cuts as requires 20. IMPLEMENTATION PROCESS. The implementation process shall include: 20.1. Procurement of all necessary equipment/supplies to implement final design. Line items with cost to include installation will be submitted by CYS based on the documents submitted by Contractor on a Word or Excel document provided by the contractor f or construction of the skateboard park 20.2. All excavation and installation performed to meet the skateboard park specifications listed in applicable documents.20.3. Preliminary inspection of work.a. Upon completion of approximately 60% of the work, th e contractor will request preliminary inspection by Contracting Officer.b. This inspection shall be the initial assessment of quality and acceptability of the implementation and when initial deficiencies will be identified.c. A representative from the Chil d and Youth Services staff, the installation safety office, the installation Directorate of Public Works, and any other applicable installation support agencies will perform the actual preliminary inspection.20.4. Correction of deficiencies identified du ring the preliminary inspection of work will be made immediately by contractor with no increase in the contract amount.21. Final inspection of work.a. Upon completion of all work and after making all corrections identified through the preliminary inspecti on process, the contractor will notify the Contracting Officer to arrange a final inspection. b. The same team which performed the preliminary inspection may also perform the final inspection.21.1. Condition of Acceptance Final acceptance will not be granted until all efficiencies are corrected to the satisfaction of the Contracting Officer and CY S.22. PROCEDURES FOR REPAIRS DURING WARRANTY PERIOD.22.1. Procedures for repairs during the 12 month warranty plus the additional 2 year maintenance period will include:a. during the warranty period when any piece of equipment that the Contractor procu red and installed fails, the Contracting Officer will notify contractor in writing clearly delineating the equipment that has failed, and how it has failed.b. the contractor will have thirty working days fro m receipt of notification of the failure to correct the failure.c. the extended 2 year maintenance period will include at least quarterly inspections and maintenance work on the skateboard park. quarterly maintenance should be coordinated with CYS and de tailed documentation provided by the contractor on the maintenance performed during this quarterly visit.23. TIMELINE FOR PROJECT 23.1. The Contractor must complete the implementation of the final project NLT 7 Apr 03.24. APPLICABLE DOCUMENTS.24.1. Ha ndbook for Public Playground Safety, U.S. Consumer Product Safety 25. METHOD OF PAYMENT.25.1 The original invoice shall be submitted to US Army Garrison Fort Belvoir, Child and Youth Services, ATTN: Sally S. Haskell, 9500 Barlow Road, Bldg 950, Fort Belvoir, VA 22060 for review and certification of delivered goods and completion of the skateboard park. After certification from CYS, said contractor will submit invoice to DFAS Rome for payment.25.2. The CYS office will submit a receiving report to DFAS Rome for payment to the contractor for services rendered. 26. ADDI TIONAL INSTRUCTIONS.26.1 Upon completion of this delivery, the Contractor shall provide original copies of design, each line item with cost on Word or an Excel disk, warranty paper work, extended maintenance agreement and a POC for any questions or servic es needed while skateboard is under warranty and the extended maintenance agreement.CLAUSES:52.212-1, Instruction to Offerors;52.212-2,Evaluation commercial items;52.212-3,Offeror Representation and Certification, 52.212-4,Contract Terms and Conditions; 52 .212-5,Contract terms and conditions required to implement statutes or executive orders, commercial items 52.228-5,Insurance-work on a government installation. THIS SOLICITATION'S OFFER DUE DATE IS MARCH 06,2003 AT 3PM. APPROXIMATE AWARD DATE IS MARCH 12, 2003. Please contact Denese_Y_Henson@belvoir.army.mil, 7038064446 or fax 7038064013 for complete solicitation
 
Place of Performance
Address: Capitol Contracting Center Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
Country: US
 
Record
SN00265756-W 20030228/030226213410 (fbodaily.com)
 
Source
FedBizOpps.gov 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.