Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2016 FBO #5216
SOLICITATION NOTICE

Z -- Replace broken windors and doors - RFQ documents

Notice Date
3/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Training Center (TRACEN) Cape May, 1 Munro Avenue, Mission Support Building, Room 212A, Cape May, New Jersey, 08204-5092, United States
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG42-16-426PCV415
 
Archive Date
4/17/2016
 
Point of Contact
Jason Etters, Phone: 609-677-2111
 
E-Mail Address
Jason.C.Etters@uscg.mil
(Jason.C.Etters@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Scope of work NJ Wage Rates Ocean County Reference Information Req for Info form SF1442 RFQ clauses SCOPE OF WORK Coast Guard Station Barnegat Light 1. GENERAL REQUIREMENTS: The work consists of providing all supervision, labor, materials, and equipment as required to: replace broken windows and miscellaneous exterior doors. All work is located at USCG Station Barnegat Light 601 Bay View Ave Barnegat Light, NJ 08006. 2. COMMENCEMENT AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete the entire work ready for use by 15 working days after contract award. 3. SCOPE OF WORK: 3.1 Windows a. Remove 2 windows from boathouse second floor level. b. Windows measure at 32-1/2" H x 30-1/2" W. c. Replace with following specification: d. Glass: Clear annealed glass, ASTM C 1036, Type 1, Class 1, q3. e. Kind: Fully tempered. f. Insulating-Glass Units: ASTM E 2190. g. Glass: ASTM C 1036, Type 1, Class 1, q3. h. Tint: Clear. i. Kind: Fully tempered where required. j. Filling: Fill space between glass lites with argon. k. Low-E Coating: Sputtered on third surface 3.2 Doors a. 5 separate location of doors. 2 sets of double doors 3 single doors. 3.3 Double Doors a. Remove exterior mechanical room double doors and frames room 121. b. Replace mechanical room double doors and frame with: w-1'10", ht 7', thick 1-3/4" material GSTL., INS. Frame is H.M. Welded, Head: H-1, Jam: J-1 Hurricane Resistant. c. Remove exterior dry stores double doors and frames room 124. d. Replace dry stores double doors and frames with: w-1'10", ht 7', thick 1-3/4" material GSTL., INS. Frame is H.M. Welded, Head: H-1, Jam: J-1 Hurricane Resistant. 3.4 Single Doors a. Remove exterior station stairwell exterior door room 123. b. Replace station stairwell exterior door with: w-3', ht 7', thick 1-3/4" material GSTL., INS. Frame is H.M. Welded, Head: H-1, Jam: J-1 Hurricane Resistant. c. Remove exterior station galley exterior door room 102. d. Replace station galley exterior door e. Remove exterior mess deck exterior door room 103. f. Replace mess deck exterior door with: w-3', ht 7', thick 1-3/4" material GSTL., INS. Frame is H.M. Welded, Head: H-1, Jam: J-1 Hurricane Resistant. 3.5 Hardware a. Door and hollow metal frames to be painted to match existing color b. All door hardware shall comply with IBC 1008.1.9 and ADA compliant. c. All door handles shall be lever type. d. All egress hardware shall be operable with a single Operation per IBC 1008.1.9. without a key or special knowledge or effort. e. Interior lever handles shall be free at all times f. Keying requirements to be verified with QAE. Existing building is brick and mortar construction. Ensure door frames are properly installed. Coast Guard will dispose of all doors and frames. 4. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with MKC Sean Griffin @ (609) 494-2661. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is MKC Sean Griffin @ (609) 494-2661. Inquiries concerning any phase of the specification before or after award shall be made to CWO3 Louis Bevilacqua @ (609) 677-2173 6. CONDITIONS AFFECTING THE WORK: The contractor should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of the intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the unit's regular hours, they must submit their request in writing to the Contracting Officer's QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the Government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer's QAE Representative and CWO3 Louis Bevilacqua to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The Station Barnegat Light Security Officer will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: 1. Responsibilities: a. All contractors working on CG Station Barnegat Light shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series), 29 CFR 1925 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Safety Officer prior to starting work. b. Written notification must be provided to the Station Barnegat Light Safety Officer, MKC Sean Griffin @ (609) 494-2661 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that changes or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: a fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the unit, and blocking of any egress routes or emergency vehicle routes. Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by Safety Officer. c. Copies of the following must be provided to the Safety Officer, prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work. d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a contractor on Station Barnegat Light. A Facilities Division representative is required for all contractor Lock Out/Tag Out needs. 2. Rights: a. Every employee working on Station Barnegat Light has the right to a safe and healthy work place. The contractor has the responsibility and right to stop unsafe work. QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations. 16. ENVIRONMENTAL PROTECTION REQUIREMENTS: a. All contractors working on Station Barnegat Light shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist MKC Sean Griffin prior to starting work and must be in accordance with the Unit Environmental Guide. b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on Station Barnegat Light. Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment. c. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent. d. Hazardous materials used by a contractor are required to be disposed of by that contractor. Disposal must be in accordance with federal, state, and local guidelines. #
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-16-426PCV415/listing.html)
 
Place of Performance
Address: USCG Station Barnegat Light, 601 Bay View Ave, Barnegat Light, New Jersey, 08006, United States
Zip Code: 08006
 
Record
SN04039427-W 20160305/160304000349-f2ce87221a99d01c75466cffd4f2401b (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.