Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2009 FBO #2878
MODIFICATION

N -- RECOVERY--N--RECOVERY Purchase and Install Installation Identification Signs

Notice Date
10/9/2009
 
Notice Type
Modification/Amendment
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
WC1CB790039269
 
Response Due
10/13/2009
 
Archive Date
12/12/2009
 
Point of Contact
Woody Slate, 9073533480
 
E-Mail Address
ACA, Fort Richardson
(woody.slate@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--*Amendment 01* Revised Statement of Work SCOPE OF WORK: 1. Provide all material, labor, and equipment necessary to install restricted signs along the parameter fence line or property line as shown on the attached photo map. See Restricted Sign attachment for sign wordage. Warning shall be red and the rest of the wordage shall be black. The signs shall be installed approximately 100 linear feet apart. The signs on the fence shall be type G2 sign with 3 holes on top and bottom, using galvanized zinc or plastic coated bolts/nuts and big body washers to tie the sign to the fence. The type G3 signs along the Richardson Hwy shall be placed passed 150 from the center line (the right-a-way) in the tree area, placing them on trees that are 4 or greater and having the signs face the highway. The type G3 signs along Jarvis Creek shall be 100 from the fence and along the tree line of the Jarvis Creek. These signs shall be placed on trees 4 or greater or on posts. The posts shall be installed with 12 gauge galvanized 2 square posts, driven 42. The signs shall be reflective property management signs on rust-free.080 mil aluminum, using 3M material or equivalent for reflective sheeting. The signs shall face out away from Ft Greely and the signs on the Missile Defense Complex (MDC) shall face out away from MDC. MDC sign (1) shall have to have escort service to install signs, so the Government will provide the escort service, but the contractor is responsible for lead time to get into the MDC and notify the Government 3 days in advance to get the escort ready. For bid purposes bid on 60 type G2 signs (six signs will only be provided by the Government to be put up with contractor provided attachments as specified above). and 339 type G3 signs (270 of these shall be placed on posts the others shall be on trees), so any extra signs shall be turned over to the Government. 2. Bid Additive: Replace the attachments for 200 (100 of these are MDC) Type G2 signs along the fence. The signs shall have 3 drilled holes on top and bottom, using galvanized zinc or plastic coated bolts/nuts and big body washers to tie the sign to the fence as shown during the site visit. GENERAL NOTES: 1. The contractor needs to arrange for a site visit as the government does not guarantee initial site conditions. 2. Submit with cost proposal a probable sequence of events timeline to include long lead item delivery times and TOTAL JOB DURATION. 3. A schedule will be submitted, for approval or negotiation, to DPW Contract Management within five business days after receipt of a Notice to Proceed. 4. All schedule changes will be negotiated and approved through DPW Contract Management. 5. A pre-construction meeting with DPW personnel will be held to review the contractors schedule, quality control plan, submittals and discuss any required coordination, issues and clarifications. 6. Installed equipment, real property, and salvageable material will remain property of the Government unless otherwise noted by Owners Representative. 7. Materials submittals will be delivered to DPW Contract Management for approval prior to use on job. 8. All materials used will be new and free of defects unless previously approved by DPW Contract Management. All materials will be installed to Industry Standards in accordance with Manufacturers recommendations and instructions. 9. All work will comply with applicable state building codes; all work will comply with Federal, State, and Ft. Greely Environmental Regulations (see FGA Environmental Procedure Manual). 10. All work shall be performed in a skillful and skilled craftsman-like manner to current applicable industry standards. Work requiring certified craftsmen shall be performed by certified personnel. Proof of such certification, training, or other qualifications shall be made available to the Government upon request. The Contractor shall pay all training and certification costs. 11. Contractors responsibilities include following their government approved, corporate QC plan. 12. Final inspection date is predicated upon completion of all contractors QC punch list items. 13. All work is subject to inspection and testing by the Government at all places and at all reasonable times before acceptance. Government inspections and tests do not relieve the contractor of the responsibility for providing adequate quality control measures, nor does it constitute or imply Government acceptance of the work. The presence or absence of a Government inspector does not relieve the contractor of complying with the specified requirements, nor is the Government inspector authorized to change any terms or condition of the specification without the Contracting Officers written authorization. 14. The Contractor is responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the specified requirements. 15. The Contractor is responsible for proper job site postings to include the DOL publication WH-1321 (Attachment 4) and applicable WD found in the Task Order. 16. The Contractor is responsible to ensure that sub-contractors submit properly completed SF-1413s (Attachment 3) and certified payrolls. 17. The Contractor is responsible for keeping their own and subs certified payrolls filed for each special project to include all SF 1413s, SF 1445s and making them available on request by KO, COTR or QAEs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/WC1CB790039269/listing.html)
 
Place of Performance
Address: Fort Greely Fort Greely Fort Greely AK
Zip Code: 99731
 
Record
SN01983685-W 20091011/091009234945-d42d6f5699f8dfbb3bf67920a7142f9b (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.