SOLICITATION NOTICE
Y -- PROVIDE ALL LABOR, MATERIALS, DISPOSAL, SUPERVISION,COORDINATION, EQUIPMENT, AND SERVICE NECESSARY TO COMPLETE THE ASPHALT PAVEMENT SEAL AND STRIPE PROJECT AT THE NWS WFO LOCATED IN DODGE CITY, KS
- Notice Date
- 8/14/2009
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NWWR40000921072CMM
- Archive Date
- 10/2/2009
- Point of Contact
- Carey M. Marlow, Phone: (816)426-7460
- E-Mail Address
-
carey.m.marlow@noaa.gov
(carey.m.marlow@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Commerce, National Weather Service (NWS), Weather Forecast Office (WFO), located at 104 Airport Road, Dodge City, KS 67801 plans to acquire a contractor to provide all labor, materials, disposal, supervision, coordination, equipment and service necessary to complete the Asphalt Pavement seal and stripe project at the WFO. DESCRIPTION OF WORK: The Contractor shall: 1. Clean existing asphalt area. Asphalt pavement shall be dry and free of dirt, dust, sand, clay, vegetation and all other loose materials before applying the sealer. Area with petroleum residues shall be cleaned using proper petroleum removing compounds, brushed and flushed clean with water, air dried and primed with coal tar primer. 2. Inspect asphalt pavement for cracks. If cracks from 1/4" (6mm) to 3/4" (19mm) are found, rout, clean as stated above, and fill using hot pour rubberized crack sealant. Cracks larger then 3/4" (19mm) shall be routed, cleaned, and have a backer rod placed in the crack or firmly pack with white sand before filling with hot pour rubberized crack sealant. 3. Apply coal tar sealer to all asphalt pavements. Coal tar sealer shall contain 2% to 4% latex. All products shall be applied in accordance with manufacturer's instructions. CAUTION: Care shall be taken when adding latex (diluted with water) to the mix so the mix does not clot. 4. Re-stripe and repaint markings on pavement to match existing layout. Use latex paint, and color shall match existing. 5. Area is approximately 11,655 sqft. Additional Requirements: The Contractor shall: 1. Be responsible for removal from the site and the disposal of all containers and leftover products in accordance with all Local, State and Federal regulations. Safety and Environmental Requirements: 1. The Contractor and Sub-Contractors shall comply with all applicable Federal, State, and Local law and regulations pertaining to safety and environmental requirements. 2. The Contractor shall insert this clause, including this paragraph (2), with appropriate changes in the designation of the parties, in all subcontracts. 3. The Contractor shall provide and maintain work environments and procedures which will safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities. 4. The Contractor shall be prepared to provide to the Contracting Officer, or his designated official, Material Safety Data Sheets (MSDS) for all chemical products prior to them being brought on site. These products include, but not limited to solvents, cleaners, paints, pesticides, herbicides, and lubricants. The Contractor shall comply with the following; a. All products shall be kept in original container with legible label. If the product is placed in smaller container for use, the smaller container shall be marked legible stating the product it contains. b. There shall not be any chemical product mixed together unless intended by the chemical manufacture. 5. On contracts for construction, dismantling, demolition, or removal, the Contractor shall; a. Provide appropriate safety barricades, signs, and signal lights. b. Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 (OSHA Regulations Standards for Safety and Health Regulations for Construction)and 29 CFR Part 1910 (OSHA Regulations Standards for Occupational Safety and Health Standards). c. Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purpose of safety and environmental compliance are taken. 6. Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor's representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. 7. If the contract will involve work of a long duration or hazardous nature, prior to commencing the work, the Contractor shall; a. Submit a written proposed plan for implementing this clause. The plan shall include an analysis of the significant hazards to life, limb, and property inherent in contract work performance and a plan for controlling these hazards. b. Meet with representatives of the Contracting Officer to discuss and develop a mutual understanding relative to administration of the overall safety program. 8. The Contractor shall dispose of all waste material/products off site in accordance of Federal, State, and Local law and regulations at Contractors expense. The Contractor shall remove all unused materials/products that was supplied or purchased by the Contractor or the Government in performance of this contract unless otherwise specified in writing by the Contracting Officer. If the Contracting Officer specifies material/product to be retained for the Government the Contracting Officer will note storage area. Notes: 1. In performing this contract the Contractor shall repair or replace any damage to NWS property, equipment or utilities made by his workers or Sub-Contractors at his expense. 2. Contractor shall maintain adequate vehicle and building access throughout the life of this contract. No more then 50% of the parking space shall be blocked at any one time. Contractor shall coordinate with the Office Manager prior to beginning the contract. 3. Coal tar emulsion sealer and coal tar primer shall be applied when the ambient temperature is above 50° Fahrenheit and or less than 90° Fahrenheit. No Work shall be performed when any precipitation is anticipated for duration of work and 24 hours after work is completed. Security Requirements: The Certification & Accreditation requirements of clause CAR 1352.239-73 Security Requirements for Information Technology Resources (October 2003) does not apply, and a Security Accreditation Package is not required. HOW TO OBTAIN A COPY OF THE SOLICITATION: Request for Quote (RFQ) package and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies of the solicitation will not be available. The solicitation will be available for download approximately August 27, 2009. For a copy of the solicitation, please utilize the FedBizOpps' feature "register to receive notification" as well as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification should receive an email from the FBO indicating its availability. Each potential vendor is responsible for checking this website often to obtain all current information associated with this procurement. All responsible sources may submit an offer that will be considered by the agency. The resultant procurement will be a firm fixed-price contract. This will be a 100% small business set-aside. The North American Industrial Classification System Code (NAICS) is 238990. The size standard for Small Business is $14 million. The estimated price range of this project is less than $10,000.00. Completion time for this project is approximately 30 days after the Notice to Proceed. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR please access the following web site: http://www.bpn.gov. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIREMENTS: ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulation. To be eligible for contract award a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found by visiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://eupdate.dnb.com/ or by phone at 1-888-814-1435. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MONITOR FEDBIZOPPS FREQUENTLY FOR THE RELEASE OF THE SOLICITATION, SPECIFICATION, DRAWINGS, AND ALL SUBSEQUENT AMENDMENTS. Any business interested in this project must respond to this announcement within 10 calendar days after publication of this notice, in order to receive a copy of the Request for Quotation. The Request for Quote (RFQ) will be posted on FedBizOpps within approximately 10 calendar days and interested parties can either download the RFQ or request a copy. The acquisition will be conducted under the guidelines of FAR Part 12, Commercial Acquisition Procedures. The Eastern Region Acquisitions Division requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Point of Contact Carey Marlow, Contract Specialist, Phone (816) 426-7460.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWR40000921072CMM/listing.html)
- Place of Performance
- Address: NWS WFO DODGE CITY, KS, 104 AIRPORT ROAD, DODGE CITY, KS 67801, DODGE CITY, Kansas, 67801, United States
- Zip Code: 67801
- Zip Code: 67801
- Record
- SN01912145-W 20090816/090815001834-b49f389ce1601aa99f310a83e0959600 (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 |