MODIFICATION
R -- Purchase of Structural Eng. Services - Questions
- Notice Date
- 8/14/2013
- Notice Type
- Modification/Amendment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-13-Q-90HR12R
- Archive Date
- 9/5/2013
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions and Answers The Response Date has been extended to Aug/21/2013. A posting of Questions and Answers has been posted in ref to this RFQ on FBO. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-13-Q-90HR12R. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-69. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 237130. The SBA size standard is $35.5.0 Million. This IS A TOTAL Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703 intends to purchase Structural Analysis IAW Statement of Work (SOW) listed below. Note: Any Offerors that can provide the items as requested are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops RFQ Solicitation. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered The Service Completion Date is 10 Days after award IAW Statement of Work IAW Statement of Work *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Service Completion Information by Aug/15/2013 @ 7:00AM EST. Service Information is to include the Shipping Terms the Offeror is proposing, IAW Statement of Work all services are to take place IAW SOW Destination is preferred by USCG/GOV. FIRM FIXED Price Proposals shall be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email all quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist, beverly.a.turman-dawson@uscg.mil Anticipated Award Date for the PO Contract is Aug/16/2013, this date is approximate and not exact. PLEASE NOTE: THIS IS A SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side Schedule B: Line Item 1: 1 JB of - Structural Analysis of five VTS towers; needed in order to ensure tower structural integrity for the installation of additional communication antennas IAW the below attached Statement of Work Line Item 2: 1 EA of - Travel (IAW SOW) Total Cost: __________________________ The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) to include Alt I (APR 2011). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (FEB 2012) with the following addendas: FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (FEB 2012). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. 1. Scope of Work: 1.1. The contractor shall provide structural analysis/studies on five USCG towers located in the VTS Houston/Galveston Area of Operations. The purpose of the study is to determine the effects additional antennas have on the towers in terms of immediate and long-term tower and foundation structural stability. Analysis shall evaluate two separate conditions: structural capacity of towers and foundations under loading conditions without new antennas installed; and structural capacity and tower structural integrity of towers and foundations with new antennas installed. Since the tower at Ellington Field has not been constructed yet, the analysis shall involve evaluating the tower design drawings to determine impacts. 2. Period of Performance: 2.1. All site visits shall be completed within 15 calendar days after contract award. Analysis reports shall be completed within 30 days after each site has been visited, and the reports shall be delivered as they are completed. 2.2. Within three calendar day after contract award, the contractor shall furnish the Contracting Officer, and the USCG Site Points of Contact listed in Paragraph 6 with a schedule. The schedule shall provide a basic breakdown of the major work elements to be performed. 2.3. The performance shall commence NLT three calendar days after contract award, and shall begin on the Texas City tower. 3. Place of Performance: 3.1 Place of Work includes structural analysis for the following five tower sites in the vicinity of VTS Houston AOR: Tower Site (tower height) Physical Address TEXAS CITY (100 ft) 611 Dike Rd, Texas City, TX 77593 BOLIVAR (170 ft) 1608 Rankin Ave, Port Bolivar, TX 77650 GALVESTON (100 ft) 1 Ferry Road, Galveston, TX 77550 STATION HOUSTON (180 ft) 9640 Clinton Drive, Houston, TX 77029 ELLINGTON FIELD * (200 ft) 13411 Hillard Street Houston, TX 77034 * - Ellington Field Tower to be constructed later in 2013 3.2 The order in which the towers are to be inspected and reported on are listed above, with Texas City inspected first, and so on. Since the Ellington Field tower is not yet constructed, a site visit will not be needed. 4. References: 4.1 Structural Engineering Documents: U.S. Coast Guard Tower Manual, COMDINST M11000.4A TIA-222(G): Structural Standard for Antennas 29 CFR Parts 1910 & 1926 (OSHA) 4.2 Past Inspection Reports - Four past inspection reports can be found in Appendix F per paragraph 8 below: 100' SS Texas City RPT.pdf 170' SS Bolivar Roads RPT.pdf 100' SS Galveston Radar RPT.pdf 160' SS City Dock 27 RPT.pdf 4.2 Geo Tech Reports - The Government has the Geo Tech report for Ellington Field (titled: 2010 08 31 Sector HG Pre-bid Geotechnical Report.pdf), and can be provided upon request. The file is 15MB in size, so it will be provided either via mailed CD, or placed on a server outside of the USCG data network. Please note, no other Geo Tech reports are available for the other sites. 5. Security Requirements: 5.1. LIST OF WORKERS: The Contractor shall provide the Contracting Officer, and the USCG Site Points of Contact listed in Paragraph 6 with a list of names of all personnel who will be working on the site. The Contractor may submit a revised list at any time during the project. Only personnel on the approved listing will be allowed on the site. 5.2. PROPER ID: All personnel shall carry proper identification (ID) when on site. Proper ID is defined as either the individual driver's license or other Government issued ID. Individuals without proper ID will be escorted off the Coast Guard premises. 5.3. CONTRACTOR USE OF PREMISES: The Contractor will be working on a Coast Guard operational military installation. Become familiar with and obey station fire, traffic, and security regulations. Personnel shall not stray from the immediate area of work nor from direct avenues of ingress and egress unless authorized in advance by the Contracting Officer. 6. Task Order Management Designation/Site Points of Contact: 6.1. PRIMARY Technical Advisor - Mr. Johnny O'Rourke (VTS Houston/Galveston) Cell: (713) 446-9837; Office (713) 671-5161; e-mail address: Johnny.P.O'Rourke@uscg.mil 6.2. SECONDARY - Mr. R. Warner Welch (VTS Houston/Galveston) Office (713) 671-5136 e-mail address: Richard.W.Welch@uscg.mil 7. Description of Work: 7.1 TOWER ANALYSIS: Analysis shall be performed in accordance with ANSI/TIA-222-G standards. For purposes of analysis, towers are considered to be Class III structures with an Exposure Category of Exposure C, and a Topographic Category of Category 1. 7.1.1 The Contractor shall be aware of the following conditions of certain towers with regards to the documentation provided versus the actual tower: 7.1.1.1 Station Houston Tower - Since the documentation provided (Appendix D) Pages 6 through 43, identify the design details for a 200 foot tower, but the actual tower is 180 foot, the Contractor shall take this condition into account and explain the impacts as they perform the duties as identified in Paragraph 1.1. 7.1.1.2 Ellington Field Tower - This tower will be under construction by the time the performance of these analyses is required by the USCG. The Contractor shall perform the duties on this tower identified in Paragraph 1.1, understanding that there is no physical inspection of the tower possible, and that the design specifications (Appendix E - ELD) reflect Exposure D Exposure Category versus Exposure C. 7.1.2 Structural analysis shall, at a minimum, include summary statements, design assumptions used in the analysis, overstressed members (if applicable), reaction summary, and recommendations to increase the structural integrity of the tower in order to carry the new load(s) safely. 7.1.3 Analysis results and recommendations shall initially be provided verbally to the USCG Technical Advisor noted in Paragraph 6.1. 7.2 PURPOSE OF ANALYSIS: The purpose for performing structural analysis of the towers and foundations is to determine the impacts the additional antennas installed at the heights identified on the tower drawings (see Appendix A) have on the towers in terms of structural stability. Appendices B and C identify the technical specifications of the antennas installed on the towers. Analysis shall evaluate two separate conditions: structural capacity of towers and foundations under loading conditions without new antennas installed; and structural capacity of towers and foundations with new antennas installed. The contractor shall report on the results of the analyses. 7.3 DOCUMENTATION: Record through technical drawings, design calculations, and narrative the present condition and the proposed condition of the towers and foundations. Report shall include summary statements, design assumptions used in the analysis, a list of overstressed members if applicable, a reaction summary, and recommendations. 8. Government Furnished Information: The Information Listed below shall be provided UPON REQUEST VIA EMAIL. Please contact Acquisition Specialist Beverly Turman-Dawson @ Beverly.A.Turman-Dawson@USCG.mil 8.1. Drawings showing proposed antenna locations on towers - Appendix A 8.2. Technical Specification of proposed Antennas to be installed - Appendices B and C 8.3. Tower Design Drawings/Specs - Appendix D 8.4. Design Specification of Ellington Field (ELD) Tower to be built - Appendix E-ELD 8.5. Past Tower Inspection Reports - Appendix F 8.6. Geo Tech Report for Ellington Field Tower - mailed separately. 9. Government Furnished Material: 9.1. N/A 10. Contractor Furnished Equipment: 10.1. The contractor shall have all climbing equipment required to execute the requirements of the Description of Work described herein. This equipment shall remain the property of the contractor. 11. Contractor Furnished Material: 11.1. The contractor shall supply all resource material required to execute the requirements of the Description of Work described herein. These materials shall remain the property of the contractor. 12. Travel Requirements: 12.1. Travel and subsistence/Per Diem is authorized and shall be reimbursed in accordance with the JFTR. The total dollar amount for travel and Subsistence/Per Diem shall not exceed the negotiated NOT EXCEED $2,000.00. 12.2. Representative Travel: Houston, TX and surrounding areas listed in Paragraph 3.1. One site visit to visit all remote site towers: Texas City, Boliver Roads, Galveston Bay, and Station Houston to accomplish any and all physical inspections in support of this task. 13. Transportation of Equipment/Material: 13.1. N/A. 14. Data Deliverables: 14.1. ANALYSIS REPORTS: Reports shall include all items listed in paragraph 7.3 of this document. They shall also include a cover sheet listing the name of the Station, latitude/longitude of tower, height, type and purpose of tower, dates of analysis, name of the personnel performing analysis and the registered professional engineer's stamp and signature. 14.2. REPORT DELIVERY REQUIREMENTS: The contractor shall provide one digital and one letter sized copy of each report to the Contracting Officer. The digital copy may be provided by electronic mail. Analysis reports shall be delivered as they are completed. Report hardcopies shall also be mailed to the two USCG POCs listed below: Sector Houston-Galveston 9640 Clinton Drive Houston, TX 77029 Attn: Mr. J.P. O'Rourke, EMO Commanding Officer Civil Engineering Unit Miami 15608 S. W. 117TH Avenue Miami, FL 33177-1630 Attn: LTjg Tyler Ashner 15. Sub-Contracting Requirements: 15.1. N/A 16. Acceptance Plan: 16.1. A Coast Guard representative will review the analysis reports and provide feedback to the contractor. 17. Other Conditions Requirements: 17.1. QUALIFICATION AND EXPERIENCE: All documentation submitted under this contract shall be certified by a licensed Professional Engineer. 17.2. WORKING HOURS ON SITE: For a contractor site visit, on-site personnel will be limited to a site availability starting no earlier than 0700 (7:00 am) and will cease daily no later than 1800 (6:00 pm). The Contractor must have the Contracting Officer's approval prior to changing the above listed hours. 17.3. CLEANUP: If cleanup is required, remove and transport debris and rubbish in a manner that will prevent spillage into the surrounding area; cleanup job spillage. All debris, including the wasted members, shall be removed from the site. Upon completion of all work, temporary platforms, scaffolds, tools and equipment shall be removed from the site. Comply with Federal, State, and Local hauling and disposal regulations. The sites do not have landscaping such that any grass will need to be replaced other than replacing and repacking soil that may have to be excavated over the course of evaluating foundation characteristics. 17.4. PERFORMANCE PERIOD: The performance period of this contract shall be in accordance with time frames listed in Paragraph 2. 17.5. LIMITS ON AVAILABLE DOCUMENTATION: No further documentation, including past inspections, or design specifications regarding the towers is available beyond what is provided by the Coast Guard to the contractor in the included appendixes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-90HR12R/listing.html)
- Record
- SN03149586-W 20130816/130815000154-12593feaabdee9ca583cb7ee1748c4e7 (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 |