SOLICITATION NOTICE
19 -- Fishing Piers at the Cave Creek and North Fork
- Notice Date
- 9/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR18T0081
- Point of Contact
- Matthew R. Scharf, Phone: 5023156185
- E-Mail Address
-
Matthew.Scharf@usace.army.mil
(Matthew.Scharf@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Scope of Work Aluminum Floating Fishing Pier 14957 Falls of Rough Road Falls of Rough, Kentucky, 40119-9801 Technical POC: Kenneth Adam Warren, Lead Ranger Phone: 270-257-2061 TP 1.1 GENERAL. a. Description. The contractor shall furnish all labor, equipment and materials to perform all operations necessary to fabricate and deliver an aluminum floating fishing pier/walkway to the Laurel Branch Recreation Area, Rough River Lake, Breckinridge County, Kentucky in accordance with these specifications. b. Unless otherwise specified, the Contractor shall provide all personnel, materials, supplies, parts, tools, equipment, vehicles, transportation, communication, management, supervision, and quality control necessary to fabricate and supply the requested Aluminum Fishing Pier in this contract. The equipment, materials and delivery shall be in accordance with all Terms, Conditions, General, Specific and Technical Provision, contained herein or incorporated by Reference. c. Contractor Responsibility. Contractor's work and responsibility shall include, but are not limited to supply of equipment/materials, all planning, programming, administration, management, supervision, and inspection required to assure all equipment/materials are acquired and services are conducted in accordance with the contract and all applicable laws, regulations, or directives. The Contractor shall insure all work meets or exceeds specifications. The prime Contractor shall be responsible for ensuring all subcontractors comply with the provisions of this contract. d. Performance Required. Special consideration of the Contractor is directed to the fact that the required accuracy, thoroughness, safety, and progress of this work are essential to the intended purpose. The contractor must be cognizant of the difficulties involved and of the contingencies which may arise, and must make certain that their personnel, equipment, transportation facilities and supply of materials are adequate at all times to ensure complete compliance with all provisions of these specifications. The work shall be done under professional supervision by competent employees. All contract services shall be in accordance with the submitted documents, and any additions, revisions or deletions must be approved by the Contracting Officer or his/her authorized representative. Any and all work done on-site will comply with the Davis-Bacon Act and the atttached labor rates. e. Delivery Information. Delivery shall be within 90 calendar days of contract award. The Contractor shall be responsible for delivery of all items to 14957 Falls of Rough Road, Falls of Rough, Kentucky, 40119-9801. The contractor shall contact K. Adam Warren, 270-257-2061, 48 hours prior to arrange delivery. f. Conditions. 1. Payment Procedure/Additional Work. At no time should the contractor do additional work without prior authorization of the Contracting Officer, and no work shall be performed that will cause the Contractor to exceed the contract price. Work performed without a binding contract document authorizing such work shall result in the Contractor not being paid for that work performed. During the course of the contract, any additional work determined to be needed may be requested by the Project Manager to the Contracting Officer for a Contract Modification. 2. The Contractor shall at all times prior to delivery take care to protect and preserve all materials, supplies, and equipment of every description (including material and property which may be Government-furnished or owned) and all work performed. All reasonable requests of the Contracting Officer to enclose or specially protect such property shall be complied with. If so determined by the Contracting Officer, material, equipment, supplies, and work performed are not adequately protected by the Contractor, such property may be protected by the Government and the cost thereof may be charged to the Contractor or deducted from any payment due to them. 3. The scope of work only contains general instructions for reference. It is strongly recommended that each interested contractor visit the job site prior to submitting a quote. The Contractor is responsible for quantities, materials, critical dimensions, and work conditions used to calculate a proposal. TP-1.2 GENERAL SPECIFICATIONS. 1. Fabricate an American Disability Act (ADA) accessible floating fishing pier and walkway to the specifications as follows: A. Fishing Pier (Cave Creek location): a) Dock: • Dock will be a 12'x16' ADA floating fishing pier • Floatation shall consist of five (5) 4'X4'X16" encapsulated floatation's under the main and one (1) 4'X6'X20" floatation shall be located at the walkway connection to the main. • Frame will be constructed of 9.5"x2.5" - C-channel 6061 aluminum or equivalent. All frame corners should be 45 degree welded construction with backing plates. • Decking will be interlocking powder coated aluminum (Gutter Deck brand or equivalent) with L trim. No rub rail or cleats will be installed. • Hand Rail will be 46' in length made of ADA picket handrail off set 12" from edge on three sides and flush on the shore side of the platform. • Anchor system will be cable and winch anchor system. The winch stands should be 4"x4" tubing and mounted externally on the corner of the dock frame. Cable will be 3/8" and sufficient to reach and anchor dock to shoreline (minimum length will be 100 feet). b) Walkway/Gangway: • Walkway/gangway will be 4'x60' • Decking will be interlocking powder coated aluminum (Gutter Deck brand or equivalent). • A 2"x2" enclosed square tubing handrail, mid rail, and toe kick will be installed on the walkway/gangway. No pickets will be installed on the walkway/gangway. • A transition plate on the dock hinge and an ADA compliant ramp from the walkway/gangway to the shore will be supplied. • A 5th wheel style hinge system which will allow the fishing pier to self-adjust with rising or falling water levels will be supplied to create an attachment from the walkway to the shoreline/concrete bulkhead. This will include all pieces to be able to create a new attachment to the shoreline. B. Fishing Pier (North Fork location): a) Dock: • Dock will be a 16'x16' ADA floating fishing pier • Floatation shall consist of five (5) 4'X4'X16" encapsulated floatation's under the main and one (1) 4'X6'X24" floatation shall be located at the walkway connection to the main. • Frame will be constructed of 9.5"x2.5" - C-channel 6061 aluminum or equivalent. All frame corners should be 45degree welded construction with backing plates. • Decking will be interlocking powder coated aluminum (Gutter Deck brand or equivalent) with L trim. No rub rail or cleats will be installed. • Hand Rail will be 46' in length made of ADA picket handrail off set 12" from edge on three sides and flush on the shore side of the platform. • Anchor system will be cable and winch anchor system. The winch stands should be 4"x4" tubing and mounted externally on the corner of the dock frame. Cable will be 3/8" and sufficient to reach and anchor dock to shoreline (minimum length will be 100 feet). b) Walkway/Gangway: • Walkway/gangway will be 4'x80' • Decking will be interlocking powder coated aluminum (Gutter Deck brand or equivalent). • A 2"x2" enclosed square tubing handrail, mid rail, and toe kick will be installed on the walkway/gangway. No pickets will be installed on the walkway/gangway. • A transition plate on the dock hinge and an ADA compliant ramp from the walkway/gangway to the shore will be supplied. • A 5th wheel style hinge system which will allow the fishing pier to self-adjust with rising or falling water levels will be supplied to create an attachment from the walkway to the shoreline/concrete bulkhead. This will include all pieces to be able to create a new attachment to the shoreline.   TP-1.3 SAFETY Safety Manual Requirements. The Contractor and employees shall comply with all pertinent sections of the Corps of Engineer's Safety and Health Requirements Manual, EM 385-1-1, current at the time of award, and any subsequent revisions while on site. This manual will be available on the Internet at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf TP-1.4 SPECIAL REQUIREMENTS: a. Payment. Payment will be made by Electronic Funds Transfer (EFT), upon acceptance of the completed work and providing final invoice and labor records. b. DUNS Number and SAM Registration. The successful offeror will be required to provide a (DUNS) Dun & Bradstreet number, (http://dnb.com), and will be required to be registered with (SAM) System for Award Management, (https://www.sam.gov/) to do business with the Government. (NOTE: Pay careful attention when typing in the SAM website address on your browser). In order to register with SAM, you must have a Unique Number Identifier formerly know as a DUNS number. If you are unsure of your Unique Number Identifier formerly know as a DUNS number, or have questions regarding this, you can call 1-800-333-0505 for assistance. Offerors must complete their registration in SAM in order to be eligible to submit a quote under this contract. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) with 30 days of activation or the vendor risks no longer being active in SAM. PLEASE NOTE: SAM is completely free of charge for both registrants and users. c. Failure to provide all information requested on the quote sheet and to complete SAM registration may be grounds for considering the quote unresponsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18T0081/listing.html)
- Record
- SN05084088-W 20180913/180911231403-9855b5c10f06df47555599fccff8ac68 (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 |