Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

Z -- Roofing Indefinite Delivery Indefinite Quantity (IDIQ)

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-10-R-0012-ROOFING
 
Point of Contact
RYAN D. BUENO, Phone: 2106711726, JACKIE L. MURRAY, Phone: 2106711728
 
E-Mail Address
Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Subject: FA3047-10-R-0012 Roofing IDIQ - Questions and Answers. The purpose of this posting is to publize questions and government responses in regards to this solicitation. The following is for informational purposes only. Question: 1. The bidder is required to move all furniture, pictures and equipment to complete painting of the walls and ceilings per specification (Project Information) Section J – Attachment 2B, Page 6 of 11, 003000 -Item 22 Facility Occupancy. Who will move (detach/reset) all network equipment, telephones, printers, copying machines, scanners and CPU equipment? Government Response: 1) The GOVERNMENT will move (detach/reset) all network equipment, telephones, printers, copying machines, scanners and CPU equipment. Question: 2. The bidder is required to perform work within the performance period per specification (Project Information) Section J – Attachment 2B, Page 8 of 11, Item 36 Performance Period. How many weather days are included in the calendar day calculation? In the event that Asbestos/Lead Abatement is included in the Delivery Order, is the 10 day notification to the State of Texas included in the performance period? Government Response: 2.a) The performance period calculation is based on "normal circumstances" as stated in the Para. - i.e., there're no specific weather days considered. However, the Contracting Officer (CO) - based on the contractor's request then - will determine if weather conditions during the performance period are beyond the normal circumstances and therefore, may grant time extension not to exceed the actual weather related days. 2.b) No. the 10 day notification to the State is NOT included in the performance period. If the presence of asbestos is known at the time of award, the contractor can notify the State prior to the issuance of the NTP. If asbestos discovered during the demo, that considered beyond the "normal circumstances" and time extension up to 10 days may be granted by the CO. Question: 3. Are kettle fume recovery systems required for this project? Government Response: 3) No, kettle fume recovery systems are not required for less than 11 months operations (for each T.O.) as per 802 CES/CEA Question: 4. In Specifications (Governmental Safety Requirements), Section J – Attachment 2F Page 5 of 20, 01 35 26 - 1.6.2 Personnel Duties: each Project requires an SSHO -Site Safety & Health Officer……,a Superintendent and a Quality Control Manager; can the Superintendent and Quality Control Manager be the same person? If we have three different delivery orders in progress concurrently at three different sites are three SSHOs required? Government Response: 4.a) Yes, the Superintendent and QC Manager can be the same person if meet the qualifications for both jobs. 4.b) Generally, SSHOs is required at EACH site - See the following excerpt from same Attachment 2F: “ 1.6.1.1 Site Safety and Health Officer (SSHO) : The contractor shall provide a Safety oversight team that includes a minimum of one (1) Competent Person at each project site to function as the Safety and Health Officer (SSHO). The SSHO shall be at the work site at all times, unless specified differently in the contract, to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor, and their training, experience, and qualifications shall be as required by EM 385-1-1 paragraph 01.A.17 and all associated sub-paragraphs. A Competent Personal shall be provided for all of the hazards identified in the Contractor's Safety and Health Program in accordance with the accepted Accident Prevention Plan, and shall be on-site at all times when the work that presents the hazards associated with their professional expertise is being performed. The credentials of the Competent Persons(s) shall be approved by the Contracting Officer in consultation with the Safety Office. ” NOTE: Besides any requirements stated throughout the solicitation package, the safety of the contractor’s personnel is the sole responsibility of the contractor. Question: 5. The bidder is required to provide an engineered Permanent Fall Protection System per specification (Governmental Safety Requirements) Section J – Attachment 2F, Page 16 of 20, 01 35 26 - 3.4.5 Horizontal Lifelines. Does the Government intend for the cost of this work to be spread out over all of the unit cost for roofing? Can a specification be provided as to what kind of Permanent Fall Protection System is required? Government Response: 5) No, if the Government determined that a permanent fall protection system at certain site is required, the contractor will be directed then to design the system and submit the proposed design and cost for Government review and approval as a non pre-priced item. The system design shall comply with OSHA regulations. No other specification provided Question: 6. Electrical will need to be extended when fans are raised for new higher curbs; can we splice existing circuits at the fans or do we have to pull new wire to the circuit breaker panels? If we have to pull new wire, can you give an average distance from fan to panel for pricing purposes? Government Response: 6) The Government will disconnect and reconnect the electric supply and any control wiring to the fans. Contractor will have to provide notification to the Government minimum of 7 days of his intent to have wiring disconnected. Question: 7. To meet the Specification Requirements (increased wind uplift) on any roof with Lightweight Insulating Concrete (LWIC) a pull test will have to be done on the LWIC. Does the Government have any pull test data for the roofs that are expected to be replaced or upgraded? Can the Government provide the pull test data prior to bid? Government Response: 7) No, there are NO pull test data available. Question: 8. What are the fumes (if any) that are emitted onto any of the roofs via existing interior laboratory fume recovery systems? What is the proper PPE for the fumes that are emitted onto the roofs? Will work be permitted while fumes are being emitted onto the roofs? Government Response: 8) No fumes will be emitted onto roofs while the contractor working in the vicinity of fumes discharge points. Question: 9. Some of the roof systems must require fire rated materials or assemblies. The Specifications do not have any fire rated materials; can the requirements for fire rated materials be provided? Government Response: 9) We’re not aware of any fire rated roof materials on Base. If such material is found in course of proposing or executing a certain T.O, the replacement will be the same in kind and adjustment to the price/quantity can be made then. Question: 10. Specification Section J – Attachment 1 Bid Schedule, Item No. 0001AH35, the bidder is required to remove/raise & reset mechanical equipment. Who performs detach and reset of all existing antennas, Solar Panels, satellite dishes, radar and other roof top instruments? Government Response: 10) The CONTRACTOR is to perform these tasks. This line item (0001AH35) is inclusive of all roof mounted equipment unless specifically excluded in a certain T.O. The Government will disconnect and reconnect power and control wiring as per 6 above. Question: 11. Per specification Section J – Attachment 1 Bid Schedule, Item No. 0001AH35, the bidder is required to remove/raise & reset mechanical equipment. Is it the Government’s intent for the Contractor to include electrical work in this unit cost? Government Response: 11) No. See 10 above. Question: 12. The bidder is required to remove/raise & reset mechanical equipment per specification Section J – Attachment 1 Bid Schedule, Item No. 0001AH35. Is testing and balancing of the reset mechanical equipment required? If so, provide the requirement for this work. Government Response: 12) No. There is no requirement for testing and balancing unless the contractor in the course of executing the work damaged the equipment or changed their settings, in which case he’ll be required to replace, rebalance and/or retest. Question: 13. The bidder is required to remove/raise & reset mechanical equipment per specification Section J – Attachment 1 Bid Schedule, Item No. 0001AH35. Is any of the existing roof top equipment still under warranty? If so, will the warranty contractor be required to remove and replace the equipment to maintain the warranty? Government Response: 13) This will be determined on a case by case basis. Should the Government choose to have the warranty contractor remove and reset the equipment, the line item (0001AH35) will not be included in the T.O. and this contractor will not be responsible for it BUT will have to provide notification to the Government minimum of 14 days prior to the scheduled work. Question: 14. Are there any LEED (Leadership in Energy & Environmental Design) requirements for this contract? If so, what are the LEED requirements? Government Response: 14) There are no LEED requirements in this contract. Question: 15. How many projects will require night work? Government Response: 15) Very seldom. None is known at this time. The only situation encountered in the past is when fumes from the tar kettle entered occupied building. The contractor – under sever outside temperature - may also request to work at night to maintain the work schedule subject to Government’s approval. Question: 16. Per Specification (Temporary Construction Facilities and Controls) Section J – Attachment 2I, Page 3 of 11, 015000 -Item 2.2.1 Haul Roads. The bidder is required to provide haul roads. Does the Government intend for the cost of this work to be spread out over all of the unit cost? Government Response: 16) This item (Haul Roads) is not applicable to this contract. This contractor will NOT provide Haul Roads under this contract. Question: 17. Per Specification (Temporary Construction Facilities and Controls) Section J – Attachment 2I, Page 3 of 11, 015000 - Item 2.1.2 Project and Safety Signs The bidder is required to provide project sign at the designated site. Is a separate sign required for each project site or only for each facility (i.e. (Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center & Camp Bullis)? Government Response: 17) One sign is required at the site or at any facility under this contract. Question: 18. Per Specification (Temporary Construction Facilities and Controls) Section J – Attachment 2I, Page 6 of 11, 015000 -Item 3.4.2 Administrative Field Offices. The bidder is required to provide and maintain administrative field office facilities within the construction area at the designated site. Does this require separate offices at each project or only for each facility (i.e. (Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center & Camp Bullis)? Government Response: 18) The contractor does NOT have to provide Admin Field Office either at the project or the facility. The intent of this Paragraph is that the contractor cannot use Government facility to house his field staff or store material. Question: 19. Per Specification (Temporary Construction Facilities and Controls) and a Section J – Attachment 2I, Page 9 of 11, 015000 -Item 3.5 - The bidder is required to provide the government with a “Resident Engineer's Office (when required) and a Quality Control Manager Records and Field Office” for the contract. Can the Government Resident Engineer and the QC Control Manager use the same Office? How many Phones are required? Government Response: 19) Paragraph 3.5 titled “Government Field Office” is NOT required under this contract Question: 20. Per Specification (Temporary Construction Facilities and Controls) and a Section J – Attachment 2I, Page 10 of 11, 015000 -Item 3.6 - The bidder is required to provide the government with a “Plant Communication”. How many Phones are required? Can the Government Resident Engineer and the QC Control Manager share a phone? Government Response: 20) Para 3.6 titled “Plant Communication” is related to Para 3.5. It’s NOT required under this contract. Question: 21. The bid documents require “as-builts” to be done on all projects; in specification (Project Closeout) Section J – Attachment 2K 01 70 00-3 2.2 As-Built Drawings. Will the Government provide existing drawings on Auto-Cad for our updating as-builts or do we have to provide drawings from scratch? Government Response: 21) The Government will provide any available drawings in their current format. The requirement of this Para is just for simplified, single line plan on 8 ½” x 11” or 11” X 17” sheet for the purpose of identifying areas covered by this contractor’s warranty. Question: 22. The bid documents have a requirement to Coordinate roofing work with manufacturer's "Maintenance Agreement" in specification (Demolition) Section J – Attachment 2M, Page 8 of 20, 024100 -Item 1.15.4.2. Can you provide a copy of this agreement for our review? In what line item do we include this cost? Government Response: 22) Currently, there are no Maintenance Agreements. Coordination with a provider of such agreement – if there will be any – is similar to coordination with the Government staff for work on roofs not covered by agreement and therefore, it’s not foreseeable why additional cost need to be considered. Question: 23. The bid documents have a requirement to use materials identical to existing materials in specification (Demolition) Section J – Attachment 2M, Page 8 of 20, 024100 -Item 1.15.7.1. - If identical materials are unavailable and we use materials whose installed performance will equal or surpass that of existing materials that increase the cost of construction? In what line item do we include this cost? Government Response: 23) The new material – whether identical or different than the existing – shall be one already included in the contract’s Bid Schedule. Therefore, the proposal for that specific T.O. will include the alternate/improved material with its cost as in the contract. If no equivalent material listed in the contract, adjustment to the cost can be arranged with the CO but only for that T.O. and only then Question: 24. The bid documents have a requirement to salvaged material and equipment in specification (Demolition) Section J – Attachment 2M, Page 18 of 20, 024100 -Item 3.2.3. Can you provide a copy of this agreement for our review? In what line item do we include this cost? Government Response: 24) We couldn’t find any reference to “Agreement” in Para 3.2.3. All the demo items listed in the Bid Schedule require the contractor to dispose of the demolished items into approved sites off Government’s property. It’s unforeseeable that any demo material will be salvaged however, functioning but abandoned equipment on the roof maybe exception. Question: 25. The bidder is required to perform asbestos abatement per specification (Asbestos Hazardous Control Activities) Section J – Attachment 2O, Page 17 of 46, 0282 16.0020 -Item 1.13 LICENSES, PERMITS AND NOTIFICATIONS Asbestos/Lead Abatement requires a 10 day Notification to the Texas Department of State Health Services. The TDSHS notification must be fill out for each building with a minimum fee for each notification and we do not find the quantity of buildings. Separate Notifications are required for asbestos and Lead Abatement. Can you provide the quantities of buildings which will require Asbestos/Lead Abatement work so we can estimate the cost? Does the Government intend for the cost of this work to be spread out over all of the unit cost? Is the 10 day Texas State delay included in the required schedule completion requirement? Government Response: 25) The contractor’s proposed cost for this item – similar to all other items in the contract - should be based on unit price – i.e., per building for this line item. The number of buildings that MAY require this work cannot be determined now and should have no effect on the UNIT PRICE. There is no requirement for State notification and payment of fees for non-regulated material i.e., when asbestos containing roofing material is removed by hand (without using mechanical equipment) Question: 26. The bid documents indicate “Payment for Hazardous Waste” in specification (Lead In Construction) Section J – Attachment 2Q, Page 16 of 16, 0283 13.0020 -Item 3.5.2.2. In what line item do we include this cost? Government Response: 26) Disposal method for lead contaminated construction debris is dependent on its percentage which determined by the TCLP test. It isn’t anticipated that the % will exceed the threshold and therefore, it’ll be disposed of as regular construction debris. Adjustment for any exception maybe made then at the T.O. level Question: 27. What does the bid line Item No 0001AB49 Asbestos Testing include in the 80 EA? Does our liability insurance have to specifically state we are insured to supervise Asbestos Work? Government Response: 27) The contractor’s asbestos consultant shall determine this – refer to Section 02 82 14.00 10 Para 1.5.2.8. NOTE: The contractor must notify the Government immediately if any of he above conflict with his compliance with Federal, State, local or any other regulations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-10-R-0012-ROOFING/listing.html)
 
Place of Performance
Address: Contractor shall be responsible to perform various roofing work at Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center, and Air Base Ground Defense at Camp Bullis, San Antonio, TX., Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02201751-W 20100711/100709235713-6190ec4e614cb99e0379000dfdce822d (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.