Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2016 FBO #5475
SOLICITATION NOTICE

56 -- Remove and replace Fire Escape - Fire Escape

Notice Date
11/17/2016
 
Notice Type
Presolicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
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
HSCG4217QPCV230
 
Archive Date
1/5/2017
 
Point of Contact
christopher j. moulton, Phone: 6098986276
 
E-Mail Address
christopher.j.moulton@uscg.mil
(christopher.j.moulton@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
S and A Ref Info Form Request for info SF1441 Wage Rates SOW Solicitation 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials, and equipment as required to replace fire escape stairs on main building located at USCG Station Indian River 39373 Inlet Rd. Rehoboth Beach, DE 19971. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the Contractor shall commence work NLT twenty (20) days after notice to proceed and work diligently to complete the entire work ready for use by thirty five (35) working days after contract award. 3. SCOPE OF WORK: 1. Remove and properly dispose 79"W X 88"L X 110"H (including 36" railing) exterior wooden landing and stairwell form west end of building. 2. From top of landing to grade is 74 3/4". 3. Provide and install prefabricated landing and stairs to comply with any applicable codes. 4. Material shall be galvanized steel or material to resist corrosion. 5. Ensure unit is safely secured to building. 6. New stairs shall include safety handrails. 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 MK1 Shaun Smith @ (302) 227-2440. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated Contracting Officer's QAE representative and Point of Contact for this project is MK1 Shaun Smith @ (302) 227-2440. 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 Offeror 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 his intended start date. The work shall be done in accordance with the specification. **SEE ATTACHED SOW FOR TIMELINES. 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, 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 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 Indian River Security Officer will be given a copy of the employee list and grant access 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 Indian River shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (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 Indian River Safety Officer, MK1 Shaun Smith @ (302) 227-2440 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that change 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 Indian River. A Facilities Division representative is required for all Contractor Lock Out/Tag Out needs and shall be coordinated by the Safety Officer listed above. 2. Rights: a. Every employee working on Station Indian River 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 Indian River 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 MK1 Shaun Smith @ (302) 227-2440, 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 Indian River 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. All work shall be performed in accordance with the USCG specifications, provisions, clauses and the terms and conditions which will be provided when all Request for Quote (RFQ) solicitation document files become available for public download on or after 17 November 2016 exclusively from the internet by accessing the Federal Business Opportunities (FBO) website at: http://www.fbo.gov. If solicitation files do not appear on that date, please check back daily. The date set for receipt of offers is approximately 21 December 2016. These dates are estimated and may change. NOTE: NO TELEPHONE, FACSIMILE, E-MAIL AND/OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS SHALL BE ACCEPTED. Our office no longer issues solicitations or amendments in paper form. Hard copies of the solicitation are not available. Interested parties are encouraged to register at the FBO website to be notified when information on this project becomes available. Any amendments issued to this solicitation will be posted solely to the FBO website. To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor]. In order to view a Bidders List, interested parties should click on [View List of Interested Vendors]. A bidders list is only available by registering electronically for this solicitation. In order to be awarded a federal government contract, vendors are required to register and maintain yearly updates to ensure an active registration/entity record in the SAM - System for Award Management: http://www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG4217QPCV230/listing.html)
 
Place of Performance
Address: USCG Station Indian River 39373 Inlet Rd. Rehoboth Beach, DE 19971, Rehoboth Beach, Delaware, 19971, United States
Zip Code: 19971
 
Record
SN04330895-W 20161119/161117234350-ef053c954a6e4182cfa14d575775bbd2 (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.