Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2008 FBO #2243
MODIFICATION

Z -- REPAIR OF NDS EQUIPMENT HUT

Notice Date
1/15/2008
 
Notice Type
Modification
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54C, Alameda, CA, 94501-5100, UNITED STATES
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-08-Q-632044
 
Response Due
1/25/2008
 
Archive Date
2/9/2008
 
Point of Contact
Terry Craft, Contract Specialist, Phone 510/437-3004, Fax 510/437-3014, - Donna O'Neal, Purchasing Agent, Phone 510/437-3002, Fax 510/437-3014
 
E-Mail Address
Terry.E.Craft@uscg.mil, Donna.J.ONeal@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Question: What size is the hut? Answer: The hut is a Vertex B68 (6ft x 8ft) This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. The Request for Quotation number is HSCG89-08-Q-632044 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-23. This acquisition is 100% small business set-aside. The small business sized is $13mil. The NAICS is 238110. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the following: Statement of Work USCG Port Alexander NDS Site Equipment Hut - Fire Damage Repair 1. Background The USCG Port Alexander NDS Site Equipment Hut sustained exterior surface damage during a severe fire. Subsequently the air intake duct seal was compromised and water is penetrating the hut wall, jeopardizing electronic equipment in the interior. Exterior fiberglass fire and/or heat damage jeopardizes the structural integrity of the hut exterior. Immediate exterior surface, duct, and duct sealing repairs are required to protect the integrity of the system. Water damage to the interior is minimal at present, but will increase without immediate repairs. 2. WORK ORDER MANAGEMENT DESIGNATION: a. The Contracting Officer?s Technical Representative (COTR) for this task order is CWO3 Casey Jones, MLCPAC (te-3), 510-637-5458 or Casey.c.jones@.uscg.mil. The Technical Advisor (TA) for this task order is CWO3 Casey Jones, MLCPAC (te-3), (510) 637-5458 or Casey.c.jones@.uscg.mil 3. Scope of Work 1.1. The following tasks are required for repair of the hut to stop water intrusion to the interior. 1.1.1. Affect immediate temporary duct seal waterproofing, which will protect interior electronic equipment until the following repairs can be accomplished. 1.1.2. Construct a temporary enclosure that will enable professional repair of the fiberglass exterior of the hut. Enclosure must be water tight and have the ability to maintain a constant temperature. Remove electronic equipment necessary to affect repair. 1.1.3. Protect all electronic equipment from dust and debris during repair. 1.1.4. Remove damaged gel coat, fiberglass, and the intake hood in a controlled manner. Approved safety equipment is necessary. Air duct requires replacement. 1.1.5. All removed fiberglass materials shall be contained and disposed of in a safe manner. 1.1.6. Application of proper fiberglass and fiberglass resin shall be per industry standards. 1.1.7. Fiberglass shall be applied to the entire exterior of structure to an acceptable thickness and sanded to a smooth finish. 1.1.7.1. First applied fiberglass material shall be structural Roven-Woven to the desired thickness and top mated with finish grade fiberglass mesh cloth. 1.1.7.2. Vinyl-Ester resin and Methyl Ethyl Ketone Peroxide (activating agent) shall be utilized for the fiberglass application. 1.1.8. All application waste shall be disposed of in a controlled manner. 1.1.9. Surface preparation shall be accomplished to the entire hut exterior for application of a compatible primer and finish coating. Coatings shall be a close match to the existing color. 1.1.10. Curing times for all processes shall be per manufacturer?s recommendations. 1.1.11. Complete interior hut cleanup and dehumidification. 1.1.12. Conduct functional leak testing after final repair. 1.1.13. The contractor shall progressively photograph the repair sequence and final cleanup. 1.1.14. All project related contractor vehicles, supplies, equipment, and other material shall be removed from the Port Alexander site no later than 15 days after completion of repairs. 2. Government Furnished Property 2.1. None. 2.2. The Coast Guard will provide access to the facilities as required. 3. Deliverables 3.1. The contractor shall submit the deliverables identified below, both electronically and in hard copy within 45 days of site acceptance. 3.2. Reconditioned structurally sound hut with additional 10 year life expectancy. 3.3. The photographic history shall be turned over to the U.S.C.G. upon completion. 3.4. A detailed report outlining work completed will be submitted to the COTR upon completion of repair. THE SERVICE CONTRACT ACT OF 1965 IS APPLICABLE TO THIS SOLICIATION. THE DEPARTMENT OF LABOR?S WAGE DETERMINATION NUMBER 2005-2017, REVISION NO. 5, DATED 07/05/2007 IS APPLICABLE. FOR A COMPLETE COPY OF THIS WAGE DETERMINIATION, PLEASE SUBMIT EMAIL REQUEST TO: terry.e.craft@uscg.mil AWARD: This purchase will be based on the following criteria: Lowest price meeting or exceeding the minimum requirements. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of Vietnam Era (38 U.S.C. 4212), FAR 52.222-41, Service Contrat Act of 1965, as amended (July 2005), FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), FAR 52.225-1, Buy American Act?Supplies, FAR 52.225-13, Restrictions of Certain Foreign Purchases, FAR 232.33, Payment by Electronic Funds Transfer-Central Contactor Registration and FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on Jan 25, 2008, by 5:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific (fcp-4), Bldg. 54, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms Terry Craft, faxed to (510) 437-3014, Attn: Ms Terry Craft, or emailed to terry.e.craft@uscg.mil. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price(COMPLETE PRICE BREAKOUT) and discount terms, (4) Tax ID Number and (5) Duns Number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG89-08-Q-632044/listing.html)
 
Place of Performance
Address: Port Alexander, AK
Zip Code: 99802
Country: UNITED STATES
 
Record
SN01486356-F 20080117/080115230737 (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.