SOLICITATION NOTICE
Z -- Painting buildings at Coralville Lake in Iowa City Ia
- Notice Date
- 8/23/2011
- Notice Type
- Presolicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK-11-T-0094
- Response Due
- 8/31/2011
- Archive Date
- 10/30/2011
- Point of Contact
- Sue Robinson, 309-794-5442
- E-Mail Address
-
USACE District, Rock Island
(diana.s.robinson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Description of Work: The Contractor shall furnish all labor, equipment, materials and supplies needed to provide exterior painting of recreation area facilities at the Coralville Lake Project as shown in Appendix A. Shower Buildings (3) - West Overlook #15, West Overlook #16 and Linder Point shower building exteriors will be painted in their entirety which includes but is not limited to wood siding, concrete block, metal doors and frames plus window frames of West Overlook #16. New wood will be primed with Sherwin Williams Exterior Latex, Wood Primer or comparable high-quality exterior latex, stain blocking, wood primer. All exterior wood siding will receive one top coat of satin finish paint using Sherwin Williams Duration Exterior Latex Coating or a comparable high-quality exterior latex paint. Concrete masonry will be primed with Sherwin Williams Loxon Concrete & Masonry Primer or a similar concrete and masonry primer. Concrete block will receive one top coat of satin finish paint using Sherwin Williams Duration Exterior Latex Coating or a comparable high-quality exterior latex paint. Doors and frames will be sanded and/or primed then receive one top coat of Sherwin Williams gloss finish, oil-based enamel paint or comparable product that will provide a protective/rust preventive coating. Doors will be prepped and painted on all sides. Window frames on West Overlook Building #16 will be prepped and painted. Shower Buildings (1) - Tailwater East shower building exterior will be painted which includes but is not limited to wood siding, metal doors and frames. Concrete block will not be painted. New wood will be primed with Sherwin Williams Exterior Latex, Wood Primer or comparable high-quality exterior latex, stain blocking, wood primer. All exterior wood siding will receive one top coat of satin finish paint using Sherwin Williams Duration Exterior Latex Coating or a comparable high-quality exterior latex paint. Doors and frames will be sanded and/or primed then receive one top coat of Sherwin Williams gloss finish, oil-based enamel paint or similar high-quality product that will provide a protective/rust preventive coating. Doors will be prepped and painted on all sides. Entrance Station (1) - Entrance Station wood exterior will be prepped and sealed with a clear sealant specially formulated for wood. Sealer will allow wood to maintain its natural color and protect it against mildew and UV damage. Fish Cleaning Stations (2) - Tailwater East and West Overlook fish cleaning stations will be prepped. Exterior wood will receive one top coat of satin finish paint using Sherwin Williams Duration Exterior Latex Coating or a comparable high-quality exterior latex paint. Metal will be sanded and/or primed then receive one top coat of Sherwin Williams gloss finish, oil-based enamel paint or similar high-quality product that will provide a protective/rust preventive coating. Surface Preparation: The contractor shall prepare building exteriors for painting by pressure washing/blasting, sanding, scraping or other means. Signs, bulletin boards and other items attached to the buildings will be removed prior to prepping and painting and returned to their original location after the work is complete. Materials: Paints and coatings shall be in accordance with Federal, State and local regulations covering the Volatile Organic Compounds (VOC) content and their VOC content shall be clearly stated in the Material Safety Data Sheets. Paints shall meet or exceed the VOC and chemical composition limits of Green Seal requirements. Colors will be determined by the government. If using Sherwin Williams products, colors will be: Woodbriar SW3035 for concrete block; Russet Brown SW3045 on doors and trim and Weather Vane SW2927 on wood siding. Guarantee: All materials are guaranteed to be as specified and all work shall be performed in accordance with specifications above and in a substantially workmanlike manner. Protection of existing facilities, site amenities and natural features: The contractor shall take particular caution to protect the existing campground amenities that are not to be removed, including but not limited to: sidewalks and natural features including trees and shrubs. Contractor shall take precautions to limit impact to landscape trees and shrubs located within the work area. Damage caused by the contractor to existing facilities or natural features shall be replaced or repaired by the contractor at no cost to the Government. Weather Limitations: No work shall be conducted when weather conditions are detrimental to the quality of the finished product. Final Clean-Up: Prior to the contract being accepted as complete by the Government; the contractor shall clean the work area which includes but is not limited to removing all drips, spills and over painting. All materials, debris, tools and equipment will be removed. Debris shall be disposed of off-site and is the contractor's responsibility. Contractor shall pay all fees and comply with all applicable environmental laws and regulations for the disposal of debris. Delivery: Award to completion NLT 15 November 2011. Site Visit: Bidders who wish to request a site visit should contact the Project Office at 319-338-3543 to schedule an appointment. The points of contact are Janet Lewis, telephone ext. #6302 or Randy Haas ext. #6307. Offerors are encouraged to visit the site prior to bidding. SEE ATTACHMENT OF SOLICITATION FOR FULL SCOPE OF WORK AND BID SCHEDULE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-11-T-0094/listing.html)
- Place of Performance
- Address: Coralville Lake 2850 Prairie Duchien RD NE Iowa City Ia
- Zip Code: 52240-7820
- Zip Code: 52240-7820
- Record
- SN02546532-W 20110825/110824000735-55b87e53fc9a57212f76a41dff9cd611 (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 |