Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

83 -- Riley's Conference Center Carpet Replacement A copy of the combined synopsis/solicitation is available at: http://www.riley.army.mil/UnitPage.aspx?unit=doc for download.

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Fort Riley DOC, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX10T0023
 
Response Due
9/16/2010
 
Archive Date
11/15/2010
 
Point of Contact
Steven Butler, 785.239.5604
 
E-Mail Address
Fort Riley DOC
(steven.butler@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Riley's Conference Center Carpet Replacement. Solicitation W911RX-10-T-0023 Replaces Solicitation W911RX-10-T-0022. There is one (1) CLIN consisting of : Replace Carpet Rileys Conference Center Bldg 446 Measurements to be field verified by contractor. Carpet replacement to include office area. 1. Acquisition is set aside 100% for Small Business using Simplified Acquisition Procedures (SAP). 2. Quoters shall have an active registration with the Central Contractors registration (CCR). 3. Quoters shall acknowledge all amendments and submit with its quotation. 4. Site Visit will take place on September 14, 2010 at 4:00 pm (CST). Interested quoters shall complete the Site Visit Registration Form no later than 2:00pm (CST) on September 13, 2010. 5. Solicitation closes at 2:00pm(CST) on September 16, 2010. 6. Quoters shall submit quotations to the Mission and Installation Contracting Command (MICC), Directorate of Contracting, ATTN: Julie Phillips, RE: Solicitation Number W911RX-10-T-0022, 1792 12th Street, Fort Riley, KS 66442. 7. Submit past performance references for two projects, of like size and scope when submitting quote. There is an urgent and compelling need to expedite the purchase of this award. INSTALLATION STATEMENT OF WORK Carpet Installation Work Statement Project No.: EN-90001-0J Project Title: Replace Carpet at Rileys Conference Center PART 1 GENERAL 1.1 SCOPE: This project consists of furnishing all plant, labor, equipment, materials, and transportation and performing all required work in accordance with the product specifications for supply and installation of approximately 3500 SY of new carpet in Rileys Conference Center. Product to be placed as indicated on the attached seaming diagram. 1.1.2 Location: Site of the required work is building 446, Rileys Conference Center. 1.1.2 Principal Features: Required work includes the principal features listed below. Outline of principal features does not limit the responsibility of the Contractor to furnish all plant, labor, equipment, materials, and transportation and perform all work required by the plans and specifications. 1.1.2.1 Remove and dispose of existing carpet. Remove existing glue and prepare floor, as required, prior to installation of new pattern carpets. 1.1.2.2 Install new carpet patterns, as specified, per manufacturers installation recommendations and in accordance with the carpet and Rug Institute, CRI-104 Standard for Installation Specification of Commercial Carpet compatible with the construction, backing, and pattern characteristics of each carpet specified. 1.1.2.3 Fort Riley would prefer double stick glue down installation with padding, as specified. However, if door clearances do not allow, direct glue installation is acceptable. Contractor to advise Fort Riley on these site conditions during initial site visit with DPW. 1.1.2.4 Existing floor tile and wood floor base to remain. 1.1.2.5 All work will be performed by and supervised by certified or manufacturers approved installers. 1.1.2.6 All surfaces to receive new finishes are to be properly prepared (per manufacturers instructions) before receiving new finishes. New finishes are also to be installed per manufacturer installation instructions. 1.1.2.7 Contractor to furnish adhesives compliant with manufacturers recommendations. 1.1.2.8 Contractor is to calculate 10% overage on carpet patterns and return attic stock carpet to Conference Center. 1.1.2.9 Product Specification: The carpet to be installed has been selected by the Army Interior designer to meet the requirements of Rileys Conference Center. The specified products are as follows: Carpet 1: Field Carpet Shaw Hospitality Group Pattern # T4DSF1F Strike # Q471C Net Square Yards: 788 Carpet 2: Border Carpet, 1222 LF Shaw Hospitality Group Pattern # T9BFA3F Strike # Q470C Net Square Yards: 363 Carpet 3: Patterned Bleedout Shaw Hospitality Group Pattern # T4DQF1F Strike # Q472C Net Square Yards: 1954 Measurements to be field verified by contractor. Carpet replacement to include office area, this is included in the carpet 3 square yardage. 1.1.2.10 A Contractor Site Visit is required to verify site conditions, material quantities and dimensions. 1.1.2.11 On-site work cannot begin until 4 January 2011 to accommodate currently scheduled building activities. 1.1.2.12 Contractor shall prepare and submit construction drawings for approval prior to the start of work. 1.1.2.13 The Contractor shall prepare, maintain, and submit as-built drawings as required by the Contracting Officers Representative (COR) or as specified in other sections of this Performance Work Statement. 1.1.3 Clean up. Maintain work area(s) in neat, orderly, and safe condition during the course of the work, and clean up work area(s) at the end of each workday and upon completion of the work. Dispose of debris and salvageable items as specified in Section 1.16. 1.1.4 Refuse. Place only ordinary refuse in dumpsters. No vegetative waste, construction and demolition waste, tires, recyclable materials, salvable items, or hazardous materials or waste will be placed in dumpsters. Large amounts of refuse shall be delivered to an off-post landfill and fees paid by the Contractor. 1.2 APPLICABLE PUBLICATIONS: Publications listed below form a part of this section to the extent referenced. Publications are referred to in the text by basic designation only. Assume publications to be the most current edition in effect at the time a contract is awarded. US Army Corps of Engineers Manual (EM): 385-1-1, General Safety and Health Requirements. Defense Reutilization and Marketing Service (DRMS) Turn-In Instructions: DRMS Turn-In Instructions. These Instructions are available at the DRMS Website (www.drms.com/turn-in/). Kansas Department of Health and Environment (KDHE) Regulations: KAR 28-50-1 thru 28-50-14 Asbestos Control Regulation. National Institute of Building Sciences (NIBS) Publication: Lead-Based Paint, Operations, and Maintenance Work- Practices Manual for Homes and Buildings. U.S. Department of Labor Occupational Safety and Health Administration (OSHA) Regulations: 29 CFR 1926.62 Lead in Construction. 29 CFR 1926.1101, Asbestos. 1.3 SUBMITTALS: 1.3.1 Accident Prevention Plan: Submit an Accident Prevention Plan. 1.3.2 Quality Control Plan: Submit a Quality Control (QC) Plan. 1.3.3 List of Materials: The Contractor shall submit a certified list of materials or manufacturer's descriptive literature for all major new materials proposed for use in work. 1.3.4 Other Submittals: See specific specification sections. 1.4 GENERAL REQUIREMENTS: 1.4.1 Verification of Conditions and Dimensions: Read and understand the specifications and plans and visit the work site to become thoroughly familiar with details of the required work and site conditions, verify all dimensions prior to ordering materials and fabricating components, and notify the Contracting Officer of any discrepancies between the specifications and plans and actual conditions. All discrepancies shall be resolved before the Contractor begins work. It is strongly suggested the Contractor verify conditions and dimensions prior to preparing and submitting his bid.1.4.2 Delivery and Storage: Deliver materials to the work site in undamaged, unopened manufacturer's standard packaging or containers. Store materials to protect them from physical damage, theft, vandalism, and weather.1.4.3 Marking and Labeling: Manufacturer's standard packaging and containers, or when appropriate, individual pieces of material shall be marked or labeled showing the name of the manufacturer; brand name; model number, stock number, or other designations; item description; and when applicable, the stamp of a nationally recognized, independent testing laboratory or agency, certifying materials conform to the requirements specified.1.4.4 Proprietary Products: Unless otherwise specified, proprietary products indicated in the specifications or noted on the plans are intended to establish capacities, color, design, features, pattern, quality, and style of materials desired, and are not intended to limit trade. Materials proposed for use which can be determined by the Contracting Officer to conform to the requirements specified, may be substituted and installed after his approval.1.4.5 Coordination with Other Trades: Coordinate work performed by specific trades with work performed by other trades to the extent required.1.4.6 Identification Cards: All Contractor and Subcontractor personnel shall wear identification cards while working at Fort Riley. Identification cards shall show a photograph of the employee; name of employee; and name, address, and phone number of the Contractor or Subcontractor.1.4.7 Vehicle Identification: All Contractor and Subcontractor vehicles and equipment shall bear the Contractor or Subcontractor's name or logo while the vehicles and equipment are working at Fort Riley. Names or Logos shall be applied to both sides of vehicles and equipment as a minimum.1.4.8 Vehicle and Equipment Operators Requirements: Contractor personnel shall possess a valid state drivers license, proof of vehicle ownership, and proof of state required minimum liability insurance to operate their privately-owned vehicles on the installation. Contractor personnel shall possess a valid state drivers license to operate Contractor-furnished vehicles and equipment on the installation.1.4.8.1 Motorcycle Operators Requirements: Contractor personnel desiring to operate motorcycles on the installation shall schedule and attend the Motorcycle Defensive Driving Course (8 hours) through the Directorate of Emergency Services (DES) Installation Safety Division. Motorcycle operators shall present a valid state motorcycle drivers license when scheduling the course. Motorcycle operators shall wear approved helmets, bright clothing during daylight, reflective vest during darkness, long pants, and ankle-high shoes or boots while operating motorcycles on the installation. 1.4.9 Installation Access: Fort Riley is a controlled-entry installation. All contractor personnel whether operating their privately-owned vehicles or contractor-furnished vehicles and equipment must enter the installation through one of the secure access control points. All contractor-furnished vehicles and equipment must enter the installation through the Camp Funston 12th Street access control point which is located at the 12th Street exit off of Kansas Highway K-18 or the Henry Drive access control point which is located off Interstate 70. Access hours for all contractor-furnished vehicles and equipment for the 12th Street Access Control Point is between 0500 and 1400 on week days. Access hours for all contractor-furnished vehicles and equipment for the Henry Drive Access Control Point is 1400 to end of the normal work day. Contractor personnel will normally be issued a Daily Pass for access to the installation. Daily Passes may be issued to vehicle and equipment operators provided they possess valid state drivers license, proof of vehicle ownership, and proof of state required minimum liability insurance. Passengers in vehicles and equipment must possess a valid photo identification card. Thirty-Day Passes may be issued to vehicle and equipment operators who visit the installation three or more times a week and are sponsored by an installation activity such as Public Works. Vehicle and equipment operators must contact the project COR to request a 30-Day Pass and possess valid state drivers license, proof of vehicle ownership, proof of state required minimum liability insurance and a Department of Homeland Security Employment Eligibility Verification Form I-9. The contractor may, at its option, apply for a Rapid Gate pass. 1.5 SAFETY AND PROTECTION: 1.5.1 Safety Requirements: a. The Contractor shall be responsible for complying with applicable OSHA standards, DOD, Army, Federal, state, and local safety and health requirements. The Army regulation that must be complied with is publication AR 385-10 or subsequent. b. The Contractor shall establish and implement the following set, at a minimum, of systems. 1. A system to identify and correct unsafe conditions and acts related to their contract work. 2. A system to report unsafe or hazardous conditions caused by elements out of their control (for example, public or Army personnel, adjacent processor work activity, and so forth) to the contracting officer or authorized representative. 3. A system to report all accidents, injuries and illnesses occurring on the project to the contracting officer in accordance with the contract accidentreporting procedures.4. A system to investigate accidents and provide reports. c. The Contractor shall submit a written sitespecific plan for implementing OSHA standards, DOD, Army, Federal, state, and local safety and health requirements to the Contracting Officer for acceptance within 10 days of the contract award date. The plan shall include1. An activity hazard analysis of the significant hazards to life, limb, and property inherent in the specific contract work performance and a plan for controlling these hazards.2. Designation of the contractor quality control qualified personnel primarily responsible for safety and health at the project site. 3. A description of how the contractor quality control safety duties will be performed on the project. At a minimum, these duties will consist of a. A prework review of appropriate activity hazard analysis, to be reviewed with each worker. b. Regular safety training for the workforce. c. Frequent and regular checks for compliance with contract safety requirements by contractor and subcontractor workforce. d. Daily records providing factual evidence of quality control activities for safety performance and state the following: items/areas checked the results, and any instructions or corrective actions. e. Specific elements of an audit program by the prime contractor should include onsite inspection of subcontractors, method of determining accident rates, and traceability of hazards. 1.5.2 Accident Prevention Plan: The contractor shall prepare an Accident Prevention Plan in accordance with the following sub-paragraphs and submit it to the COR for approval. The contractor shall implement the approved Accident Prevention Plan not later than prior to the Notice To Proceed issued under this contract. The contractor should refer to EM 385-1-1, paragraph 01.A.07 for further guidance. 1.5.2.1 Basic Plan. The plan shall contain the name of the contractors organization, contract number and a brief description of the work to be performed. The plan shall include the name of the person(s) responsible for safety. The plan shall outline the responsibilities of each employee to comply with applicable safety and occupational health requirements, wearing prescribed safety and health equipment, reporting unsafe conditions/activities, preventing avoidable accidents and working in a safe manner. The plan shall identify the policies and procedures regarding noncompliance with safety requirements to include disciplinary actions for violation of safety requirements. The plan must be approved by company officers authorized to obligate the company. 1.5.2.2 Use of Mind Altering Substances. The plan shall indicate that while on duty, use of or under the influence of alcohol, narcotics, intoxicants, or similar mind altering substances will not be allowed. The plan shall indicate the disposition of those employees found to be under the influence of or consuming such substances. 1.5.2.3 Personal Protective Equipment. The plan shall outline procedures to be followed to assure the proper use, fit, wear, selection and maintenance of personal protective and life saving equipment (e.g., protective footwear, protective gloves, hard hats, safety glasses, hearing protection, body harnesses and lanyards). The plan shall provide that the contractor ensures that employees are physically able and medically determined qualified to use the personal protective and safety equipment required in the job duties. 1.5.2.4 Hazardous Substances, Agents and Environments. The plan shall provide that employees are protected from exposure, through inhalation, ingestion, skin absorption, or physical contact, to any chemical, biological, or physical agent in excess of acceptable limits in the most recently published American Conference of Governmental Industrial Hygienist (ACGIH), Threshold Limit Values and Biological Exposure Indices. The most common hazardous substances the contractor should expect to be encountered will normally be lead-based-paint and asbestos. The plan shall address training and certification of employees as well as handling and disposal methods the contractor plans to use when hazardous substances are encountered. 1.5.2.5 Accident Reporting. The plan shall include notification of the COR immediately with information regarding with whom, how, where, when, seriousness and medical treatment received of the injured personnel whenever accidents occur. The plan shall indicate that except for rescue and emergency measures, that accident scenes shall not be disturbed until released by investigating personnel. 1.5.2.6 Emergency Planning. The plan shall provide for employee safety in case of fire or other emergency. The plan shall provide for periodic training of employees of the emergency plans. The plan shall include emergency telephone numbers and reporting instructions for ambulance, physician, hospital, fire, and police and shall be easily available at each work site. The plan shall provide for employees working alone in remote locations or away from other workers to have an effective and readily available means of emergency communications by either cellular phone, two-way radio, hard-line telephone or other acceptable means. 1.5.3 Protection of Property: Protect all property, both Government and personal, indoors and outdoors, including buildings, site improvements, utilities, vegetation, and vehicles at or adjacent to the work site, and which might be damaged during the course of the required work, for the duration of the work. Do not operate heavy construction equipment on drives, sidewalks, or lawns without installing suitable protection on these surfaces. When the building(s) is unoccupied, and the Contractor is issued keys to the building(s), insure the building(s) is kept locked when the contractor is not on the premises and the keys are kept secure. 1.5.4 Barricades, Warning Signs, and Lights: Install and maintain all necessary barricades, warning signs, and lights to protect workers, building occupants, the public, and adjacent property. 1.6 COORDINATION WITH OCCUPANTS: 1.6.1 COORDINATION REQUIRED FOR PROJECT: The building will be occupied during the progress of the work. Coordinate with the occupants for entry and exit from the area and building. This coordination shall be in the form of written notification and be delivered, in person, to the occupants having responsibility for the operation of the activity in the building not less than 7 calendar days prior to commencement of work. 1.7 WORKING HOURS: Once begun, work shall continue uninterrupted during normal working hours until it is complete. Schedule working hours to coincide with working hours of the military installation. Normal work hours are from 7:30 a.m. to 4:30 p.m., Monday thru Friday, Federal holidays excepted. Do not perform work on the installation on other days or other hours without the written approval of the Contracting Officer. The Federal holidays listed below are observed. When a holiday falls on a Sunday, the following Monday will be observed as the holiday. When the holiday falls on a Saturday, the preceding Friday will be observed as the holiday. Contractors are also requested to not schedule work on Christmas Eve and New Year's Eve. New Year's DayLabor Day Martin Luther King's BirthdayColumbus Day Presidents' DayVeterans' Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.8 QUALITY CONTROL: Develop, submit, implement, and maintain a quality control system which meets or exceeds the requirements of Contract Clause FAR 52.246-0012 entitled: INSPECTION OF CONSTRUCTION. The plan shall identify personnel, lines of authority, procedures, instructions, records, and forms to be used. The plan shall be approved by the KO prior to the Notice To Proceed of this contract. Implement the approved plan not later than the contract start date. 1.9 AS-BUILT DRAWINGS: Prepare and submit as-built drawings as required by the COR. 1.10 WARRANTY OF CONSTRUCTION: Warrant construction in accordance with Contract Clause FAR 52.246-0021 entitled: Warranty of Construction. 1.11 DISCONNECTION AND RECONNECTION OF ELECTRICAL AND GAS SERVICES: When the required work presents a fire hazard, comply with the requirements listed below. Disconnection, reconnection, and operational checks shall be performed by workmen qualified to accomplish the tasks. 1.11.1 Electrical Service: Electrical service to the building shall be shut off at the main distribution panel prior to commencing work. After the fire hazard has been eliminated, the electrical services shall be turned back on. 1.12 INTERRUPTION OF SERVICES: If the project requires interruption of utility and fire protection services to buildings or facilities, coordinate the interruption with building occupants and obtain written approval from the Contracting Officer. Unless otherwise specified, provide temporary water, sewer, electrical, gas, and fire protection services to the buildings or facilities when the required work cannot be accomplished in one workday. Relight pilot lights and check gas-fired equipment for proper operation after relighting pilot lights. 1.13 ADDITIONAL INFORMATION: Publications referenced in the specifications and as-built drawings for most buildings are available for review at the Engineering Plans and Services Division, Public Works, Building 408, Fort Riley. 1.14 UTILITIES: The Government will furnish the Contractor domestic water, sanitary sewer, natural gas, and electricity free of charge for use in Government-furnished and Contractor-furnished facilities. The Contractor shall be responsible for energy conservation in Government-furnished and Contractor-furnished facilities. Storage/shop areas shall not be heated to more than 55F. Cooling of storage/shop areas shall be limited to ventilation only unless otherwise approved by the Contracting Officer. Occupied administrative areas shall be separated from storage/shop areas. Administrative areas shall not be heated to more than 70F nor mechanically cooled below 78F. Opening of windows and doors in conditioned spaces shall be kept to a minimum. The Contractor shall ensure all lighting and electrical equipment is operated in an energy efficient manner. All appliances and lighting (except minimal security lighting) shall be turned off overnight, on weekends, and when facilities are unoccupied. 1.15 DISPOSAL 1.15.1 Submittals 1.15.1.1 Receipts: Obtain receipts for all salvable items turned in to Government Agencies and submit copies of the receipts to the COR prior to completion of work. DD Forms 1348-1 serves as receipt for items turned in to DRMO. 1.15.2 DD Form 1348-1: Prepare DD Form 1348-1 in accordance with DRMS Turn-In Instructions for all items turned in to DRMO. DD Forms 1348-1 may be obtained from DRMO. Submit copies of DD Form 1348-1 to the COR prior to completion of work. 1.15.2 DEMOLITION AND DISPOSAL: Demolish or remove from the work site all items designated to be demolished or removed as part of the installation process, and any other items necessary to accomplish the required work. The plans and specifications may not designate all demolition and removal items existing at the work site. Therefore, prior to beginning demolition or removal work, verify with the COR all items to be demolished or removed and all items to remain. The Contractor is responsible for loading, hauling, and unloading salvage items and debris. The Contractor is also responsible for preparing salvage items for turn in at the DRMO.1.16.2.1 Removal: Carefully remove salvage items to prevent unnecessary damage to items to be salvaged or portions of components and structures to remain. Salvable items shall be removed and protected to prevent unnecessary damage. Items, embedded in concrete or masonry, or which are otherwise non-removable, shall be neatly cut off at or beneath the surrounding surface. Open piping or conduit shall be capped or plugged, and the surrounding surface repaired as specified. Asphalt and concrete being removed shall be removed along saw cut lines. 1.16.2.2 Disposition of Salvable and Recyclable Items: Construction materials, which have salvage or recycling value, or which can be dismantled or removed without damage, shall be turned in at the PW Property Book Office, facility number (FN) 317; PW Operations Center, FNs 368-372; the Environmental Services Division Recycle Center, FN 1980; or the DRMO Yard, FN 1950; as indicated below or as directed by the COR. Unless otherwise indicated, salvable items include: chain link fence components; sheet metal items including siding, flashings, roofing, fasciae, soffits, gutters, and downspouts; metal doors, door frames, builders' hardware, and windows; metal toilet and bath accessories; metal toilet partitions; appliances; metal pipe, pipe fittings, and valves all with insulation removed; metal plumbing fixtures and serviceable vitreous china plumbing fixtures; fire protection equipment and appurtenances; HVAC equipment and appurtenances; and electrical components, equipment, and fixtures. 1.16.2.3 Disposition of Non-salvable and Non-recyclable Items: Construction materials and debris, which will have no salvage or recycling value because of the type of material or the procedures required for dismantling or demolition, shall be disposed of at the Riley County Transfer Station or other off-post landfill; the Environmental Services Waste Management Center or Compost Area, vicinity of FN 1945; or the Fort Riley Demolition and Construction Debris Landfill (FRDCDL) located in the Campbell Hill Quarry 2 miles north of Camp Funston; as indicated below or as directed by the COR. Use of the DES EWMC and Compost Area and FRDCDL shall be coordinated with the COR. Unless otherwise indicated, non-salvable items include: refuse; vegetative waste; tires; miscellaneous concrete and masonry items; wood and wood products; nonmetallic roofing materials; wood doors, door frames, windows, trim, and glazing; gypsum wallboard, plaster, and acoustical ceiling board; floor and wall coverings; and nonmetallic plumbing, mechanical, and electrical components. 1.16.2.4 Salvable Items 1.16.2.4.1 Scrap Metal and Other Salvable Items: Turn in scrap metal and other salvable items indicated in paragraph 3.1.2 above at DRMO in accordance with DRMS Turn-In Instructions or the Environmental Services Division Recycle Center, as directed by the COR. 1.16.2.5 Recyclable Materials: Turn in recyclable material at the Environmental Services Division Recycle Center. 1.16.2.5.1 Refuse: Place only ordinary refuse in dumpsters. No vegetative waste, construction and demolition waste, tires, recyclable materials, salvable items, or hazardous materials or waste will be placed in dumpsters. Large amounts of refuse shall be delivered to an off-post landfill and fees paid by the Contractor. 1.16.2.5.2 DRMO Turn In Procedures: When items are being turned in to DRMO, prepare the items for turn in in accordance with DRMS Turn-In Instructions. DRMO procedures include the following: 1.16.2.5.3 Location and Hours of Operation: FN 1950, Camp Funston, Hours 7:30 a.m. thru 3:00 p.m., Monday thru Thursday except Federal Holidays. Friday by appointment only. 1.16.2.5.4 Alternate Turn In Schedule: When large quantities of items are being turned in, generating activities shall contact DRMO Receiving Coordinators, as appropriate, to advise the number of truckloads scheduled and turn in date. DRMO Receiving Coordinators can be reached at 239-6202. 1.16.2.5.5 Documentation: All items must be accompanied by properly prepared turn in documents (DD Forms 1348-1). The forms shall be prepared with a minimum of one original and 4 copies. The first three copies will be used for processing the items into the accounting system. The fourth copy will be proof of delivery copy to acknowledge receipt and be returned to the Contractor. The official receipt copy will be returned upon completion of processing the items into the accounting system. The Contractor is advised to obtain a copy of DRMS Turn-In Instructions for instructions on completing the Form. 1.16.2.5.6 Segregation of Metals: Segregate scrap metal by type and thickness. 1.16.2.5.7 Palletizing and Banding: Palletize and band salvable items on 4 by 4 foot pallets as required. Pallets shall be supplied by the Contractor. 1.16.2.5.8 Unloading Material at DRMO: Unload salvable items at DRMO. 1.17CUTTING AND PATCHING: 1.17.1 Cutting: Accomplish cutting using power tools and equipment which are best suited for the task being accomplished and least likely to damage adjoining or adjacent surfaces. 1.17.2 Patching: Patch adjoining or adjacent surfaces using materials which match the existing materials. Joints and seams shall be durable and as invisible as possible. Restore finishes of patched areas to match the existing finishes. 1.18 ASBESTOS CONTAINING MATERIALS (ACM): The Contractor shall immediately notify the COR should he encounter insulation or other building materials which he suspects may contain asbestos. The CORwill coordinate with Environmental Services Division for testing of the suspect material. Based on the test results, the Contractor may then be directed to remove and dispose of ACM in accordance with SECTION 02080, ASBESTOS CONTAINING MATERIALS REMOVAL AND DISPOSAL as Work Level III maintenance. Building components, piping, fittings, valves, and other HVAC components being removed as part of this contract which are insulated with insulation found to contain asbestos shall have the insulation removed from the items prior to disposal. 1.19 LEAD-BASED PAINT (LBP): The Contractor shall immediately notify the COR should they encounter building surfaces which they suspect may be covered with lead-based paint. The COR will coordinate with Environmental Services Division for testing of the suspect surface. Based on the test results, the Contractor may then be directed to remove and dispose of lead containing materials in accordance with SECTION 02081, LEAD-BASED PAINT HAZARD REDUCTION AND DISPOSAL as Work Level III maintenance. 1.20 CLEANUP: Remove debris and perform general cleanup of the work site at the end of each workday and upon completion of the required work. Ensure that waste and debris at the work site does not blow off the site. Be responsible for immediate cleanup of spillage wherever it might occur. ADDITIONAL INFORMATION ACCESS TO RECORDS, DATA AND FACILITIES The Contractor and all subcontractors shall permit the Contracting Officer or his authorized representative access at any reasonable time to all records, data and facilities used in performance of the contemplated services. ALTERNATE DISPUTE RESOLUTION. In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (d) (2) (1) (B) (2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. EMERGENCY MEDICAL TREATMENT. Emergency medical treatment will be provided by the Irwin Army Community Hospital, Fort Riley in order to prevent undue suffering or loss of life. Emergencies will be treated only during the period of emergency and appropriate action will be taken to discharge or transfer such patients as soon as the emergency period ends. Charges for medical care will be at the prevailing rate and at the Contractor's expense. SAFETY AND OCCUPATIONAL HEALTH d The Contractor shall be responsible for complying with applicable OSHA standards, DOD, Army, Federal, state, and local safety and health requirements. e. The Contractor shall establish and implement the following set, at a minimum, of systems. 1. A system to identify and correct unsafe conditions and acts related to their contract work. 2. A system to report unsafe or hazardous conditions caused by elements out of their control (for example, public or Army personnel, adjacent processor work activity, and so forth) to the contracting officer or authorized representative. 3. A system to report all accidents, injuries and illnesses occurring on the project to the contracting officer in accordance with the contract accidentreporting procedures. 4. A system to investigate accidents and provide reports. f. The Contractor shall submit a written sitespecific plan for implementing OSHA standards, DOD, Army, Federal, state, and local safety and health requirements to the contracting officer for acceptance within 10 days of the contract award date. The plan shall include 4. An activity hazard analysis of the significant hazards to life, limb, and property inherent in the specific contract work performance and a plan for controlling these hazards. 5. Designation of the contractor quality control qualified personnel primarily responsible for safety and health at the project site. 6. A description of how the contractor quality control safety duties will be performed on the project. At a minimum, these duties will consist of f. A prework review of appropriate activity hazard analysis, to be reviewed with each worker. g. Regular safety training for the workforce. h. Frequent and regular checks for compliance with contract safety requirements by contractor and subcontractor workforce. i. Daily records providing factual evidence of quality control activities for safety performance and state the following: items/areas checked the results, and any instructions or corrective actions. Specific elements of an audit program by the prime contractor should include onsite inspection of subcontractors, method of determining accident rates, and traceability of hazards FIRE PROTECTION AND PREVENTION. The Contractor shall comply with all fire prevention measures prescribed in the installation's Fire Protection Regulations which are in or may be put into effect during the course of performance of work under the contract. Copies of the aforementioned fire regulations are on file in the office of the Contracting Officer or his designated representative. The Contractor shall be liable for loss of Government property attributable to negligent or willful misconduct of the Contractor or his employees, including failure to comply with the fire prevention measures prescribed in the aforementioned regulations. The Contractor or his responsible employees shall be required to make a thorough inspection at the close of operations in each building where work under the terms of the contract has been accomplished to determine that all necessary safeguards relative to probable fire hazards are in effect. The Contractor shall familiarize his employees engaged in work under the contract with the aforementioned fire regulations, location of fire hazards and reporting procedures. The Fire Chief of the installation may be contacted for any additional information or clarification on fire prevention and protection matters. Contract will be FFP. Your price shall be FOB destination. Inspection and acceptance shall be at destination. Payment will be made via Wide Area Work Flow (WAWF). You must be registered in the Central Contractor Registration (http://www.ccr.gov/), have a valid ORCA on file at: https://orca.bpn.gov/ and be registered in WAWF at: https://wawf.eb.mil/. Award shall be made to the best value; technical, warranty, past performance and price quote. You shall submit commercially available literature on your Company that demonstrates that all of the above capabilities are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33), 52.237-1. and DFARS 252.204-7004, 252.211-7003 252.212-7000, 252.212-7001 (252.225-7001, 252.225-7001, 252.225-7012, 252.225-7036, 252.243-7002, 252.247-7023) 252.246-7000 Full text of these clauses may be found at http://farsite.hill.af.mil/. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/vfdfara.htm.A copy of the combined synopsis/solicitation is available at: http://www.riley.army.mil/UnitPage.aspx?unit=doc for download. Your quote information and commercial literature shall be submitted electronically to julie.phillips@conus.army.mil or by facsimile to (785) 239-5178 Attn: Julie Phillips, no later than 2:00 PM CST on 16 Sep 2010. 52.4039 and 252.212-7000, DFARS 252.212-7001 (252.225-7001, 252.225-7001) DFAR 252.232-7003, DFAR 252.204-7004, Full text of these clauses may be found at http://farsite.hill.af.mil/cffara.htm. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/060c923572b4a96d13216cf72090d945)
 
Place of Performance
Address: Fort Riley DOC 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02280413-W 20100916/100914235208-060c923572b4a96d13216cf72090d945 (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.