Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

80 -- Sani Glaze Application to Bathroom Floors

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238340 — Tile and Terrazzo Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Support Center (SUPCEN), Commanding Officer, Elizabeth City, North Carolina, 27909
 
ZIP Code
27909
 
Solicitation Number
CGATTC2
 
Archive Date
9/23/2011
 
Point of Contact
Shawn.D.Tolson, Phone: 2523356434, Henry Langford, Phone: 252335-6404
 
E-Mail Address
shawn.d.tolson@uscg.mil, henry.l.langford@uscg.mil
(shawn.d.tolson@uscg.mil, henry.l.langford@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work USCG Support Center - Elizabeth City, NC Bldg 4 Bathroom/Head Project 1. SCOPE: The contractor is to provide supervision, equipment all materials and labor to restore approximately 15 bathroom floors and 2 shower floors tile areas to a "like new" appearance and integrity with additional floor treatment to produce a moisture barrier and condition the floor so that this appearance can be maintained using conventional cleaning processes in combination with periodic prescribed support service activities. square foot for the floors and cove base in each building. 1. Building 4 2. Men's Staff Restroom 135 3. Women's Staff Restroom 135 4. Women's Restroom 135 5. Men's Restroom 135 6. Women's RR 119 170 7. Men's Restroom 120 200 8. Wet Lab Room 123 320 9. Men's Restroom 122 200 10. Women's Restroom 121 170 11. Building 8 12. Women's Restroom 36 13. Men's Restroom 169 14. ATTC Staff Women's RR 145 15. ATTC Staff Shower 25 16. ATTC Staff Men's RR 182 17. ATTC Staff Shower 25 18. Hanger Building 6 19. Men's Restroom Floor 80 20. Women's Restroom Floor 80 Total= 2,342 square feet 21. GOVERNMENT FACILITIES AND UTILITIES: Electrical power and water are available on the site. Telephone services will not be available for contractor use by the contractor. Bath rooms will be provided by Government. 22. MATERIALS AND LOCATIONS: a. Contractor shall provide materials. Contractor shall ensure that all packages and containers are clearly marked with manufacturer's name, name brand and description of contents. Storage shall be IAW manufacturer's recommendations. b. Contractor is required to comply with all VOC laws and regulations. All subject Material Safety Data Sheets shall be available upon request. 23. SCHEDULE OF WORK: Completion of work should be accomplished within 21 calendar Days from receipt of notice to proceed. Normal work hours are 0800 to 1630. Alternate work hours must be approved by the Contracting Officer's Technical Representative (COTR). 24. EXISTING CONDITIONS: The Contractor is expected to satisfy himself as to the existing conditions and all work to be performed. The contractor shall verify all dimensions prior to bidding, ordering materials or commencement of work. A site visit is highly encouraged and can be arranged with the COTR, David Meads, at (252) 335-6854. 25. LIABILITY OF CONTRACTOR: Any damage to Government property caused by the contractor, shall be repaired or replaced by the contractor at no cost to the government. The contractor shall not disconnect any service without prior approval from the COTR. 26. INSPECTION AND ACCEPTANCE: The COTR will accomplish inspection and acceptance of work. 27. LABOR LAWS: The Davis-Bacon Act applies to the procurement. 28. Safety: The contractor is wholly responsible for work site safety. The contractor shall implement a safety program that protects the lives and health of personnel in the construction area, prevents damage to property and avoid work interruptions. To accomplish this end, the Contractor shall provide appropriate safety barricades, signs, signal lights, etc. as well as comply with the requirements of all Federal, State and Local safety laws, rules and regulations. 29. SITE RESTORATION & CLEAN UP: Upon completion of the job, the Contractor shall clean up the job site, returning it to the state of cleanliness equal or exceeding that in which it was found. The Contractor shall properly dispose of any trash, extra materials, dirt, debris or other litter that remains. There will be no final acceptance of the contract until the appearance of the job site is approved by the COTR. 30. SUBMITTALS: Product Data including technical bulletins and MSDS shall be submitted with quotation for the following: (Spray Foam Insulation materials submittal) 31. TECHNICAL REQUIREMENTS: TECHNOLOGY SaniGLAZE International LLC. is the developer of a new industry standard for ceramic tile and grout restoration and maintenance, known generically as restorative bonding. This technology is permanent in nature, and should not be confused with our compared to grout painting, staining, or otherwise re-coloring. SaniGLAZE International, LLC. represents that the SaniGLAZE tile and grout restoration process is: 1) An new and emerging technology 2) Environmentally friendly WORK REQUIREMENTS 1. Site Preparation A. Remove all existing surface polymer based coatings and/or seals with either SaniGLAZE Polymer Remover, Build Up Remover, Seal Remover, or equivalent and agitate the floor to ensure loosening and emulsification of such matter. All emulsified detritus to be removed by suction. A free rinsing neutralizer shall be applied to ensure that all surface contaminants have been removed and the floor surface is tested using the hydrion method at a pH level which will not neutralize chemicals used in the sealing and finishing process. The residue of the solution shall be removed by suction. 2. Moisture Sealing and Finishing A. The floor shall be mechanically scrubbed utilizing SaniGLAZE Extra Strength Contaminant Remover or equivalent to remove any remaining embedded contaminants from tile and grout surfaces. The scrubbing residue shall be removed by suction and a clean water flood rinse applied. The rinse solution shall be removed by suction and pH level buffered and tested with the hydrion method so as not to neutralize chemicals used in the grout prep process. B. Grout Preparation Procedure A grout preparation gel shall be applied to the entire surface of the floor. 1. Grout lines will be chemically etched and cleaned using SaniGLAZE Tile & Grollt Prep or equivalent that is specifically targeted to leave a grout surface conducive to micro anchor bonding with SaniGLAZE High Build Glazing Compound or equivalent. a. The grout preparation gel shall be a maximum strength, nonfuming product comprised of organic and inorganic chelating, scale removing compounds, suspending agents, penetrating detergents, water soluble solvent compounds, viscosity control agents, and odor suppressants. b. It shall remove embedded soils, dissolve micro-scale and mineral deposits, neutralize iron, rust, and mineral and urine stains without attacking the substrate or excessively dissolving cementitious grout or mortar joints, or having a deleterious effect on metal, fiberglass, porcelain, or ceramic fixtures. c. The grout preparation gel shall promote maximum contacting time and applicator control of the process, and reduce contact hazards to a minimum. d. The grout preparation gel shall leave no residue, chalk, or grit when properly rinsed. e. The grout preparation gel shall possess a minimum shelf life of one year. 2. A clear water flood rinse shall be applied to the floor and the residue removed by suction. C. SaniGLAZE Surface Rejllvenator or equivalent shall be applied to the entire floor after the grout preparation gel has been removed. It shall neutralize all traces of previously applied chemicals. The rinsate shall be removed by suction and the floor is to be completely dried by means of a mechanically generated air flow. D. Any missing grout shall be replaced with SaniGLAZE High Build DIy Solids Grout Replacement System or equivalent. This material shall be non porous and have bonding properties equal to or better than original grout. It shall be of proper viscosity as to seek and fill all substrate voids by gravity and level to the original grout surface level. E. Grout Glazing A waterborne moisture impermeable grout glazing compound shall be applied to the existing grout between the tiles and leveled to the surface depth of the pretreated grout. This compound shall be available in varying colors and be capable of matching the existing grout and must not remain on any tile surface. This compound must bond with the grout and be cured to form an impermeable barrier to moisture. This compound shall be SaniGLAZE High Build Glazing Compound or equivalent, in combination with SaniGLAZE Dry Solids to preventshrinkage and pitting during the curing process. 1. SaniGLAZE High Build Glazing Compound and Dry Solids or equivalent shall be used for restoring grout lines greater than 62.5 mils deep. It shall be formulated to function synergistically with other SaniGLAZE or equivalent products. It shall be of sufficient nonvolatile volume as to actually rebuild rather than simply stain grout. It shall also be of sufficient internal chemical crosslinking to create a cohesive, wear resistant surface and shall have a warranty of a minimum of two years. 2. SaniGLAZE Glazing Compound or equivalent shall be used for restoring grout lines less than 62.5 mils deep. It shall be identical to High Build Glazing Compound except for a lower nonvolatile volume which makes it suitable for shallow grout lines. F. Sealing Porous Tile A waterborne tile surface moisture and grease barrier, SaniGLAZE Matte Finish or equivalent, shall be applied to the entire tile surface to provide impermeable moisture seal over the entire treated area. This shield shall have an invisible appearance when it is dried. This product shall be an oil and water repellent compound with sufficient particle size of the emulsion and surfactant package to allow deep penetration of porous tile substrates, and must have an adhesion mechanism which is both mechanical and chemical. This compound must be able to recoat itselfwhen maintenance needs arise. The compound must be slip resistant and produce a Static Coefficient of Friction or at least.81 dry and.67 wet when tested with the ASTM Test Method C1028-96. Non Porous Tile A waterborne tile surface moisture and grease, and chemical barrier, SaniGLAZE Super Shield or equivalent, shall be applied to the entire tile surface to provide impenneable moisture seal over the entire treated area. This shield shall have a low luster appearance when it is dried. This product shall be an oil and water repellent, as well as resistant to urine, disinfectants, bleach, acid bowl cleaner, high pH cleaners, and other chemicals typically used in cleaning rest rooms and other tile and grout areas, and must have a chemical adhesion mechanism. This compound must be able to recoat itself when maintenance needs arise. The compound must be slip resistant and produce a Static Coefficient of Friction or at least.75 dry and.57 wet when tested with the ASTM Test Method CI028-96. G. Downtime The floor must be available for foot traffic in four hours after completion of the work. 3. Support Service A. Contractor shall offer an optional periodic sanitation support service. This service shall be capable of removing any surface soil and contaminants and bring the floor back to the same" like new" appearance as affected by the restoration, using SaniGLAZE Surface Rejuvenator or equivalent and renew the original SaniGLAZE Matte ofSuper Shield which was applied during the original SaniGLAZE restoration. 4. Warranty A. Provide a one year warranty on the integrity of the completed process when maintained in accordance with specified procedures. Acts of God, neglect, and abuse are excluded. B. Contractor shall warrant the appearance and integrity of the tile and grout surface indefinitely as long as an optional sanitation support service is continued by the owner. 5. History & Performance Contractor must have verifiable experience in performing and managing large scale restroom tile restoration and maintenance activities. Additionally, contractor must have references in place to support this experience and certify satisfactory performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/22/CGATTC2/listing.html)
 
Place of Performance
Address: USCG Base Support Unit, Building 4, 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02560515-W 20110903/110902103958-719c0e2af8840848d9f3f83dad7bbac7 (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.