SOURCES SOUGHT
54 -- BOAT SHELTER CONSTRUCTION
- Notice Date
- 8/16/2007
- Notice Type
- Sources Sought
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-BOAT_SHELTER_CONSTRUCTION
- Response Due
- 8/17/2007
- Description
- MICHAEL H. ROBINSON, IMMEDIATE POINT OF CONTACT, Phone (757)878-5922 ext 222 Fax (757)878-6027, Email michael.h.robinson@uscg.mil 1. GENERAL REQUIREMENTS: The work consists of installing six (6) A-roof style storage shelters that meet the requirements listed below. Shelters will be installed on the North-West concrete parking surface of building 2744 onboard Fort Eustis, VA. 2. COMMENCEMENT, PROSECUTION, 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 10 working days after contract award. 3. SCOPE OF WORK: The contractor is responsible for providing all materials and labor to install six (6) A-roof style storage shelters that meet the requirements listed below. Shelters will be installed on the North-West concrete parking surface where the boats are currently stored. 3.1 Dimensions: Shelters must be a minimum of 38 feet long, 12 feet wide and 12 feet high at the sides with a height of 14 feet at the peak of the roof. 3.2 Support beams should be constructed of a minimum 12ga tubular steel wall framing and should be spaced no more than 48 inches apart. 3.3 Sheet metal should be of minimum 25ga steel and prepared, primed, and painted for protection from the environment. Sheet metal will fully enclose the roof and 38ft side walls from peak to ground. 3.4 Structure should be able to withstand 115 MPH winds and roofs should be rated to withstand no less than 20 PSF. 3.5 Each structure will be anchored to the concrete a minimum depth of 2 inches with attachment points no greater than 8 feet apart. 4. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for site visits with Petty Officer Shawn Barnes at (757) 878-5922 ext 231. 5. DESIGNATED CONTRACTING OFFICER?S REPRESENTATIVE: The designated contracting officer?s representative and Point of Contact for this project is Petty Officer Shawn Barnes at (757) 878-5922 ext 231. Inquiries concerning any phase of the specification before or after award shall be made to Petty Officer Shawn Barnes at (757) 878-5922 ext 231. 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 his 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 modifier 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. 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 station?s regular hours, he may submit his request in writing to the Contracting Officer?s 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 Representative 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 COTR 5 days prior to commencing work. The employee list shall contain the employee?s full name, date of birth, and current address. The COTR will work with Fort Eustis Security to ensure contractors are able to access the post. 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. All vehicles entering Fort Eustis are subject to search and/or inspection. 15. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of Fort Eustis. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. There will be no smoking in Coast Guard Buildings. 16. COST BREAKDOWN: Cost estimate shall be broken down into materials, labor and equipment costs for each line item. FAR Clauses 52.222-6 Davis Bacon Act; FAR 52.222-8 Payrolls and Records; FAR 52.222-11 Subcontracts; FAR 52.225-1 Buy American Act-Supplies; FAR 52.236-7 Permits and Responsibilities; FAR 52.236-9 Protection of existing vegetation, structures, equipment, utilities and improvements; FAR 52.228-5 Insurance ? work on a government installation; FAR 52.236-11 Use and possession prior to completion; FAR 52.246-12 Inspection of construction; FAR 52.246-21 Warranty of construction applies. FAC circular 05-08 applies. Dept. of Labor Wage Determination VA070084 dtd 6/1/2007 and its successors applies. MICHAEL H. ROBINSON, IMMEDIATE POINT OF CONTACT, Phone (757)878-5922 ext 222 Fax (757)878-6027, Email michael.h.robinson@uscg.mil
- Place of Performance
- Address: PORT SECURITY UNIT 305, USATC BUILDING 2747, FORT EUSTIS, VA 23604,
- Zip Code: 23604
- Country: UNITED STATES
- Zip Code: 23604
- Record
- SN01374723-W 20070818/070816220718 (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 |