Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

J -- PLAYGROUND EQUIPMENT INSTALL - SOLICITATION

Notice Date
8/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade 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
HSCG4217QNEH54
 
Point of Contact
christopher j. moulton,
 
E-Mail Address
christopher.j.moulton@uscg.mil
(christopher.j.moulton@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFI GOVT FURNISHED MATERIAL LIST MAP SOW RFQ SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all labor and equipment, required to replace playground equipment components with government furnished materials including hardware at Coast Guard TRACEN at 1 Munro Ave. Cape May, NJ 08204. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance, the Contractor shall commence work NLT Thirty (30) days after notice to proceed, and work diligently to complete the entire project to be ready for use NLT thirty five (45) working days after contract award. Work commence date may be adjusted by Contracting Officer due to availability of government furnished supplies. 3. SCOPE OF WORK: 1) Area 1 A. Remove and install 1 new GFM Transfer Station. B. Remove and install 4 Swing with GFM 2) Area 2 A. Remove and install 5 new GFM square deck pieces B. Remove and install 6 new GFM triangle deck pieces C. Remove and install 1 new GFM deck D. Remove and install 1 new GFM Spiral slide deck E. Remove and install 1 new GFM Transfer Station deck with Loop F. Remove and install 1 new GFM Plate fill Curly Climber G. Remove and install 4 Swing with GFM 3) Area 3 A. Remove and install 2 new GFM Half Hex Deck B. Remove and install 2 new GFM Square Deck C. Remove and install 2 new GFM Balcony Deck D. Remove and install 1 new GFM Transfer Station E. Remove and install 1 new GFM Plate fill Curly Climber F. Remove and install 2 Swing with GFM 4) Area 4 A. Remove and install 2 new GFM Square Deck B. Remove and install 1 new GFM Transfer Station C. Remove and install 2 Swing with GFM 5) Area 5 A. Remove and install 1 new GFM triangle deck pieces 6) Area 6 A. Remove and install 4 new GFM Half Hex Deck B. Remove and install 6 new GFM Square Deck C. Remove and install 1 new GFM Transfer Station D. Remove and install 1 new GFM Step Ladder E. Remove and install 1 new GFM Interstep with Safety Loops F. Remove and install 2 new GFM Bridges G. Remove and install 1 new GFM Plate fill Curly Climber H. Remove and install 1 new GFM Spiral slide deck I. Remove and install 4 Swing with GFM 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 Troy Robison at (609) 898-6401. 5. DESIGNATED CONTRACTING OFFICER'S REPRESENTATIVE: The designated Point of Contact for their project is Troy Robison at (609) 898-6401. Inquiries concerning any phase of the specification before or after award shall be made to CWO Christopher Moulton (at) christopher.j.moulton@uscg.mil. Contracting Officer is serving as COR. 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 Representative of their intended start date. The work shall be done in accordance with the specification. 7.1. The Contractor shall consider items in BOLD as having mandatory due dates. Items in italics are deliverables or events that must be reviewed and/or approved by the Contracting officer prior to proceeding to next deliverable or event in this SOW. SEE SOW FOR TABLE. 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 the contract. 9. WORKMANSHIP: All installation must be done in accordance to manufactures recommendations and in accordance with CPSC handbook for Public Playground Safety, and ASTM F1487 - Playground Equipment for Public Use. 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 of (0730 to 1600 Mon-Fri): If the Contractor desires to carry on work on Saturday, Sunday, holidays, or outside the unit's regular hours, a written request must be submitted 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 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 Contracting Officer 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 TRACEN Cape May 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 TRACEN Cape May 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 TRACEN Cape May Safety Officer, Jonathan Trainor (at) (609) 898-6950 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 their 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 TRACEN Cape May. 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 TRACEN Cape May 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. 3. Safety Area a. Contractor will be working in a government housing area, when work is in progress contractor shall post warning signs and barriers in order to keep residents off the playground equipment while work is going on. b. The contractor shall not leave any equipment inoperable or unassembled over night. 16. ENVIRONMENTAL PROTECTION REQUIREMENTS: a. All Contractors working on TRACEN Cape May 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 Chris Hajduk (at) (609) 898-6889, 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 TRACEN Cape May Some examples of qualifying activities are: any activity that could result in a spill, 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. 17. Government Furnished Materials a. The government will be supplying the parts. The government will provide a laydown/storage for the contractor. b. Contractor shall properly dispose of all used playground equipment in accordance with local laws and regulations. 18. Attachments: 1) Government Furnished Material Parts List 2) Housing Map with Play Area Locations #
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG4217QNEH54/listing.html)
 
Place of Performance
Address: USCG TRAINING CENTER HOUSING, 1 MUNRO AVENUE, CAPE MAY, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN04643650-W 20170825/170823233722-ab8f21e5503e0af97b60c551b3061eea (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.