SOLICITATION NOTICE
Z -- Seal Concrete Secondary Containment/Hazardous Waste Facility - Package #1
- Notice Date
- 8/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238110
— Poured Concrete Foundation and Structure Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG2711QPPF519
- Archive Date
- 9/3/2011
- Point of Contact
- Edna L. Daniels, Phone: 757-483-8555, Angel L. Pol, Phone: 7574838541
- E-Mail Address
-
edna.l.daniels1@uscg.mil, angel.pol@uscg.mil
(edna.l.daniels1@uscg.mil, angel.pol@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SEAL CONCRETE SECONDARY CONTAINMENT Eff: 8/4/2011 FAC 2005-53 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. HSCG27-11-Q- PPF519 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 238330 and the small business size standard is $14.0M. The FOB Destination delivery is to: USCG BSU Portsmouth, VA 23703, 30 days after contract award. Offers are due at USCG BSU Portsmouth, VA, by the Close of Business on August 19, 2011. Questions may be directed to Edna Daniels, telephone (757) 483-8555 or email: Edna.l.Daniels1@uscg.mil Unit POC for technical questions or to arrange a site visit: Robert Ward @ (757) 483-8582. The USCG BSU Portsmouth has a requirement to purchase: SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to Seal the Secondary Containment at the Hazardous Waste Facility located at USCG Base Portsmouth, 4000, Coast Guard Blvd., Portsmouth, VA 23703. 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 30 working days after contract award or as negotiated. 3. SCOPE OF WORK: The existing concrete bermed facility serves as the intake, processing and storage point for all Hazardous Waste that is generated at Base Portsmouth. This facility has been in use for approximately 20 years. The existing concrete shows of wear and no obvious signs of structural failure. The Facility is constructed as 3 cells which are separated by concrete curbing. We have determined that these cells, curbs and interior ramps need to be sealed to insure that we offer containment of any spills and preserve the concrete in order to provide the Coast Guard with many more years of use of this facility. Contractor is to prepare the concrete floor, curbs, and interior ramps by mechanically etching using a diamond grinder or shot blast machine. In the preparation stage, all dust and debris generated shall be captured and properly disposed of. All cracks and voids shall be filled using a two-component epoxy paste designed specifically for sealing, smoothing, and fairing applications on concrete. Fill material is to be resistant to salt water, oils, fuels, paints and paint solvents. Once fill material is fully cured, a coat of high solid two-component epoxy coating shall be applied. Product is to be resistant to chemical, impact, and abrasion. Color to be "Haze Gray". Two coats of "Clear" two-component urethane shall be applied over epoxy coating. This topcoat shall be resistant to fuels, alkalies, solvents, weather and mechanical conditions. The coating shall also be abrasion and impact resistant. Top-coat shall also have a slip-resistance of.60 minimum static co-efficient of friction (wet). Grip additive may be applied to achieve this result. All work will have to be sequenced so that the facility can still be used to intake, process, and store Hazardous Waste. The sequencing will be as follows: Cell #1- USCG will vacate all equipment and HAZWASTE from this cell. USCG will sweep area using sweeper. Contractor will be prep and apply products. Cell #1 will be allowed to cure as per the manufacturer's recommendations. Once full cure is achieved, the USCG will move into Cell #1. Cells #2 and #3- USCG will be vacated and sweep. Contractor will prep and apply products. Once full cure is achieved, the USCG will move back into Cell #2 and #3. 4. SITE VISIT: All bidders are to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Robert Ward at 757-483-8582. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is Wayne Barnes at 757-483-8794. Inquiries concerning any phase of the specification before or after award shall be made to Wayne Barnes. 6. CONDITIONS AFFECTING THE WORK: The Offeror shall 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 misunderstanding 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 QAE representative of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement or any person other than the contracting officer shall in any manner or degree, modify or 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 daily. The job site shall be left in a clean and neat manner. All materials and waste products shall be properly stored. 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 QAE 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 QAE 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 QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The Base Portsmouth Security Officer will be given a copy of the employee list and a pass will be issued for entry. 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. 15. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of Coast Guard Base Portsmouth. 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. No underage visitors authorized onsite. Employees and suppliers only, no dependants, minors or anyone else not directly associated with the ongoing work. No pets or animals of any kind allowed on worksite. The exception being service animals for the visually or hearing impaired. Documentation will be required for the animal to remain on site. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (May 2011), see FAR 52.212-3, (j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of liability insurance certificate (14) One copy of business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (April 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (January 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (August 2011). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C.351, et seq); 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009)(29 U.S.C. and 41 U.S.C. 351); 52.223.18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). Department of Labor Wage Determination No: 2005-2543, Revision No: 13, Dated 06/13/2011 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG2711QPPF519/listing.html)
- Place of Performance
- Address: BSU PORTSMOUTH, HAZARDOUS WASTE FACILITY, 4000 COAST GUARD BLVD, PORTSMOUTH, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN02527629-W 20110811/110810000003-f20972502281bd6f8070a36a04dc57d1 (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 |