Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

Z -- Install 36 copper chimney caps on occupied, duplex, 3 story housing units with slate roofs.

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
ACA, United States Military Academy, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD04R0024
 
Response Due
9/21/2004
 
Archive Date
11/20/2004
 
Point of Contact
Karen Finley, 8459382217
 
E-Mail Address
Email your questions to ACA, United States Military Academy
(Karen.Finley@usma.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This requirement is 100% set aside for Hubzone businesses. The Contractor shall provide all labor, equipment, material and supervision necessary to install chimney caps on Lusk housing quarters 62 through 88 located at the United States Military Aca demy (USMA), West Point, New York. The existing chimney caps (if present) are inadequate and in need of replacement. The Lusk housing area includes thirteen (13) buildings (62, 64, 68, 70, 72, 74, 76, 78, 80, 82, 84, 86, and 88). They are occupied, dupl ex structures with slate roofs, and are three (3) stories high. They have two (2) or four (4) chimneys each for a total of thirty-six (36) chimneys. The quarters are historic in nature and copper chimney caps are required to preserve their historic fabri c. These quarters can be viewed at the following website: http://www.usma.edu/dhpw/Housing/LuskandOld.htm To replace the chimney caps, the Contractor shall remove and legally dispose of all existing chimney caps off USMA property, caulk or mortar close previous fastener holes in all concrete caps, install chimney caps as per Government supplied drawings, and fasten new caps to the existing concrete chimney caps with corrosion resistant, removable fasteners that are compatible with copper. It is expected that a boom lift will be necessary to accomplish this work. The COR will periodically request to accompany the Contractor in the lift for progress and quality inspections. The Contractor shall be responsible for field measurements and quantities. In pe rforming this contract, the Contractor shall protect the lives and health of employees, children, pets, occupants and personal property, take precautions against offending the residents, prevent damage to property, materials, supplies and equipment, protec t trees, shrubs and lawns from damage by equipment, machinery and workers, protect streets, driveways and curbs during boom lift delivery, removal and operation, avoid work interruptions, ensure that safety equipment is used by Contractor employees, provid e appropriate safety barricades, signs and signal lights (plastic safety fencing is not acceptable at USMA), notify the COR immediately when safety or hazardous situations are confronted, leave all tools, materials and equipment in a clean, orderly and saf e manner for a residential area at all times, and clean the jobsite(s) to pre-construction status on a daily basis. Any damage caused by the Contractor to trees, shrubs, lawns, streets, driveways and / or curbs shall be repaired and / or replaced by the C ontractor at no additional cost to the Government. The Contractor shall repair all ruts, skids or divots in lawns with sod, topsoil and / or hydro-seed. The Contractor shall dispose of all construction debris and other rubbish off USMA grounds at the Con tractors expense in accordance with Federal, State and local requirements. The Contractor shall provide either a dumpster or shall load debris into the Contractors vehicles for removal from USMA. The Contractor shall not dispose of construction materia ls, scrap, debris or rubbish in USMA dumpsters. The Contractor shall provide a work force possessing the skill, knowledge and training to satisfactorily perform the services required by this contract. Personnel performing work under this contract shall r emain employees of the Contractor and will not be considered employees of the Government. Contractor personnel shall wear shirts at all times. Contractor personnel shall not wear trunks or cut-off, un-hemmed pants while performing services under this con tract. The Contractor shall provide an identification badge for each employee performing services under this contract. The identification badges shall contain the Contractors name, employees name, contract number, project description and photograph of the employee. Each Contractor employee shall conspicuously display their identification badge on their person while performing work under this contract. The C ontractor shall perform all work in accordance with Federal, State and local codes and shall adhere to the requirements of EM 385-1-1, U.S. Army Corps of Engineers Safety and Health Requirements Manual, OSHA 29 CFR 1926, Construction Safety and Health Regu lations, OSHA 29 CFR 1910, Occupational Safety and Health Standards, manufacturers specifications and recommendations, and appropriate industry standards. The Contractor shall submit the following to the COR within five (5) working days after award. The COR will review and approve the submittals within ten (10) working days after their receipt. Safety Plan: to include safety measures the Contractor intends to incorporate regarding the work environment and equipment. Material Data Safety Sheets: (MSDS) on any materials or chemicals utilized under this contract. Schedule: The schedule shall link quarters numbers to days and a time range. Once approved, the COR will use the schedule for notifying housing occupants and for progress evaluation. Period o f Performance: Sixty (60) days from date of award. The Contract shall perform all services during normal work hours (8:00 AM - 4:00 PM), Monday through Friday, excluding Federal holidays. No other working hours will be permitted, unless approved by the C OR forty-eight (48) hours in advance. The Contractor shall submit informational invoices to the COR with the following information: Contractor name, address and phone number, invoice date, invoice number, contract number, line item billed against (ie: 000 1), amount billed per line item, and services performed. There is limited parking available for Contractors privately owned vehicles in and around the work site. Parking is available on a first-come, first-served basis at public parking areas. All Cont ractor vehicles can be parked in the Buffalo Soldiers Field and / or H-Lot public parking areas. Government Furnished Property: map of the Lusk housing area, and non-scaled drawings of the specified copper chimney caps. The occupants will be responsible for removing personal items from their yards (i.e. furniture, firewood, pets) to provide unrestricted Contractor access to the chimneys.
 
Place of Performance
Address: ACA, United States Military Academy Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
Country: US
 
Record
SN00645536-W 20040819/040817212547 (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.