MODIFICATION
99 -- Installation and removal of doors, windows, temporary walls and debree cleanup in Tinian
- Notice Date
- 7/30/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238350
— Finish Carpentry Contractors
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- FY12TIN01
- Archive Date
- 8/23/2012
- Point of Contact
- Gillian B. David, Phone: 6713666603
- E-Mail Address
-
gillian.david@us.af.mil
(gillian.david@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-56. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 238350, size standard $14,000,000.00 dollars. The attached Statement of Work and Floor Plans are incorporated as reference to describe the requirement. STATEMENT OF WORK NORTH FIELD TINIAN REQUIREMENT 1.0 Summary of Service: The contractor shall provide all labor, equipment, material and necessary supervision to perform site clean-up and provide temporary wood-framed construction modifications on (3) cast-in-place reinforced concrete structures originally built during World War II. The purpose of this project will be to prepare a safe and suitable training environment for future military exercises. All hazards including any tripping and impalement hazards resulting from natural building decomposition, i.e. protruding reinforcing steel to a height of 10' from the adjacent floor system will be cut back or bent to that height. At the conclusion of the exercise, extensive clean-up and site restoration activities will be required. Any and all training-related refuse and debris will be removed to include cleaning surfaces impacted by SIM round projectiles to the casing. All vegetable matter, refuse and debris will be disposed of properly and in accordance with local public safety and environmental laws. Construction modifications to the (3) buildings shall include the erecting and securing multiple simple wood-framed partition walls in the locations and approximate dimensions specified on the attached drawings. Additionally, temporary construction tasks will include the installation of multiple windows and doors at openings and locations specified on the attached drawings. Installations in odd or oversized openings will require additional wood framing elements to enclose and secure windows and doors. All new construction will be temporary and installed with NO DRILLING or fasterners on exisiting conconcrete and the contractor shall utilize other means to secure the installation of temporary constrcution elements required to provide a safe and realistic training environment while preserving the integrity and aesthetics of these historic structures. Further, at the conclusion of training, all new construction and modifications will be removed with every effort made to return the structures to pre-construction conditions. All hazardous material waste, refuse and construction debris shall be disposed of properly and in accordance with applicable laws. 2.0 Place of Performance: North Field, Tinian, Commonwealth of the Northern Mariana Islands (CNMI) 3.0 Period of Performance: 1 September starting at 0800 and concluding 18 September ending by 1300 (construction build) 22 September starting at 1500 and concluding 24 September ending by 1600 (all walls, doors, and windows removed and SIM rounds cleaned) 24 September starting at 1600 and concluding 26 September ending by 1900 (all material will be removed from area) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: Security from 1700 to 0900 from 1 - 18 September. Portable latrines available 24 hours a day from 1 - 18 September. 5.0 CONTRACTOR FURNISHED EQUIPMENT/MATERIAL/SERVICES: - All required tools and equipment - All work-related supplies and construction materials - All material delivery and disposal services - All transportation, berthing and life-support requirements - All electrical power generation and supporting fuel/oil requirements 6.0 NOTES: None 7.0 QUALITY ASSURANCE REQUIREMENTS: - All temporary construction will be performed in accordance with accepted best practices, typical methodology and designed to preserve and support safety. - All clean-up and construction activities will be executed in accordance with OSHA 29 CFR Part 1926. - Contractors will provide a qualified and dedicated Quality Control/Safety Representative(s) that shall be presented during all clean-up and construction activities. This person(s) shall not be required to perform direct labor during the execution of their duties. Representative(s) will conduct and properly document inspections every day work is performed. Copies will be provided to the appointed government representative upon request. 8.0 STATEMENT OF WORK/ REQUIREMENTS 8.1 The contractor(s) shall perform the following: - Clean out all interior / exterior building spaces, approximately 25,000 SF. Sweep all floor surfaces and remove all accumulated trash and debris. This work will be performed after the training exercise. - Cut and remove all impalement and/or tripping hazards to a height of 10-feet from any floor or ground surface, such as protruding reinforcing steel bars, while maintaining the structural and historical integrity of the buildings to the greatest extent practicable. - There shall be NO DRILLING or fasteners on existing concrete and the contractor shall utilize other means to secure the installation of temporary construction elements. - Install approximately (18) 36" x 80" solid-core flush exterior wood single doors with locking hardware and deadbolts to include any wood framing and plywood required to attach and completely enclose oversized rough openings. Doors will be operable after installation. - Install approximately (1) 72" x 80" solid-core flush exterior wood double doors with locking hardware and deadbolts to include any wood framing and plywood required to attach and completely enclose oversized rough openings. Doors will be operable after installation. - Install approximately (2) 36" x 80" solid-core flush exterior metal-clad single doors with locking hardware and deadbolts to include any wood framing and plywood required to attach and completely enclose oversized rough openings. Doors will be operable after installation. - Install approximately (4) 72" x 80" solid-core flush exterior metal-clad double doors with locking hardware and deadbolts to include any wood framing and plywood required to attach and completely enclose oversized rough openings. Doors will be operable after installation. - Install casement style windows at approximately (26) concrete (window) openings. Coverings may be fabricated on-site (1/2" plywood, shutter style, split opening, hinged on the outside and can be locked shut). - Install approximately 720 linear feet of 2" x 4" wood framed partition walls 8-feet high and sheeted one-side with 1/2" plywood. Wood framing will be spaced 24" on-center and sheeting will be fastened minimum 12" on-center. - Walls that are installed on the second floor with no floor on the other side will be reinforced by any means (except permanent fasteners) to not allow a person to fall through or push over the wall. - Be prepared to adjust door locations in partition walls, as well as to cover and/or create additional openings as directed on-site by a government representative. - Install approximately 30 linear feet of temporary shoring/bracing to support a weakened concrete ceiling area approximately 12-feet in height. Specific location will be identified and evaluated by the contractor and government representative on-site. At a minimum, the shoring/bracing system shall include adjustable steel screw jacks fastened to a base plate, supporting 4" x 4" wood posts and 4" x 8" beams. Cross bracing and gusseted connections will be utilized. On-center spacing of vertical support members will not exceed 72" unless beam sizing is increased. - No priming or painting of any surfaces is required. Minimize HAZMAT use. - All sites will be returned to pre-construction conditions, to include removal and proper disposal of any/all new construction features and any related refuse and/or debris. - All required HAZMAT and/or POL will be stored and disposed of properly. 9.0 PROJECT POC: KEITH B. BEEM, Contracting Officer TEL: 671-366-2667 EMAIL: keith.beem.1@us.af.mil ALTERNATE POC: GILLIAN DAVID, Contract Specialist TEL: 671-366-6603 EMAIL: gillian.david@us.af.mil 10.0 TELEPHONE: EMAIL: FAX: 10. SITE VISIT: A one time site-visit is scheduled on 21 July 2012 at 1300. Contractors are to meet at the North Field Administration building. The Contractor is encouraged to visit the site to understand the magnitude of work. The contractor shall verify the accuracy of the existing as-built drawings (if any) and note any discrepancies. The contractor will determine how the project can best be accomplished in the most efficient manner. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the Best Value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. FAR 52.232-18 Availability of Funds is incorporated in this solicitation as funds are not immediately avaiable for this contract. The clause at FAR 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items(Deviation); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Gillian David at e-mail gillian.david@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Wednesday, August 08, 2012, 4:00pm Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FY12TIN01/listing.html)
- Place of Performance
- Address: North Field Building, Tinian, Marianas Islands, North Field, Northern Mariana Islands, 96952, United States
- Zip Code: 96952
- Zip Code: 96952
- Record
- SN02819350-W 20120801/120730234653-bebeac4d7709c4e1138b13c60d8348fb (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 |