SOLICITATION NOTICE
Y -- : Construct a gate at Cheltenham Avenue at the Naval Support Activity, Philadelphia Pa. - N40085-13-Q-1327: RFP
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, PWD PA, 4921 S. Broad Street, Building 1, Philadelphia, Pennsylvania, 19112, United States
- ZIP Code
- 19112
- Solicitation Number
- N40085-13-Q-1327
- Archive Date
- 10/31/2013
- Point of Contact
- Betty A Staab, Phone: (215)897-2613, Shannon Lutes, Phone: 2158973495
- E-Mail Address
-
elizabeth.staab@navy.mil, shannon.lutes@navy.mil
(elizabeth.staab@navy.mil, shannon.lutes@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- N40085-13-Q-1327: RFP for Construct a gate at Cheltenham Avenue at the Naval Support Activity, Philadelphia Pa. General Description: Construct a gate at Cheltenham Avenue at the Naval Support Activity, Philadelphia Pa. The Contractor shall provide all labor, material, tools, equipment, supplies and supervision to install a gate and fence with posts. Apply, monitor and comply with all safety requirements in accordance with the U. S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1. In the event that during the work process an unsecure condition (i.e., inability to secure the perimeter) should arise on the perimeter of the base, the Contractor shall make provisions to ensure that the base perimeter is secure from entry by unauthorized personnel. The Contractor shall remove the bus shelter located inside the gate area and on the concrete sidewalk. All trip hazards shall be repaired to prevent any accidents. The Contractor shall return the bus shelter to the Government for future use. On Gates Avenue north of the Cheltenham Avenue traffic gate the Contractor shall remove approximately 6' of concrete wall and fencing. The exposed portion of the existing reinforced concrete wall is approximately 3' in height. The Contractor shall saw cut the wall near the existing fence post so that the remaining fencing and wall remain secure. There is a formed expansion joint on the northern end of the section of wall to be cut with continuous horizontal rebar running through it. The Contractor shall make one cut here as this will help to ensure the integrity of the wall. There is an existing continuous concrete wall footing, located approximately 2 foot below grade that shall remain. The Contractor shall retain the existing fencing from the removed section of the concrete perimeter wall and return to the Government for possible future use. The Contractor shall excavate an area 6' wide x 9'6" long x12" deep from the new gate in the wall to the roadway. The Contractor shall form out the excavation and place, grade and compact 6" of 2A modified stone to serve as a base for a new sidewalk. The Contractor shall pour a new 6" concrete sidewalk to join up with the existing sidewalk. The Contractor shall also install a gate and fencing with posts to match the current installation. The current fence is an Ameristar Product, Aegis II Invincible style fence with posts and hardware in the color black. The new gate and fence shall match the existing installation in height which is approximately 9'3" from the ground. The new gate shall also have additional hardware that will enable it to be opened or closed via the swipe card system currently in use at this facility. The gate shall also be capable of being locked separately from the swipe card system in the event of power failure that the gate shall not fail in the open position. The gate shall meet ADA requirements for entry and have at a minimum 36" opening. The gate does not have to be oversized to match fence height as a separate section can be used as a header over the gate. All dimensions for this project shall be verified on site by the Contractor. T he Government will install the security card swipe unit after the new gate is installed. This work shall be coordinated by the Government Representative. The Contractor, at a minimum, shall guarantee the new installation for a period of two years against defects in workmanship and materials. The estimated cost range is Under $25,000.00. The North American Industry Classification System (NAICS) Code is 238990 and the size standard is $14 million. The solicitation is 100% Small Business Set Aside. This will be a firm fixed price contract and the performance period will be Seventy Five (75) calendar days after notice of award. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is via the internet and the address is http://www.fbo.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. All technical inquiries may be addressed to Betty Ann Staab at e-mail address Elizabeth.staab@navy.mil or via fax to (215)897-6932. In accordance with the provisions of DFARS 252.204-7004, REQUIRED CENTRAL REGISTRATION, bidders must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the bidder will make a bidder ineligible for award. Bidders and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via internet at http://www.ccr.gov. IMPORTANT NOTICE: THE System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR) FedReg, ORCA, and EPLS. It is very important that firms are registered with this site. Firm may obtain information for this requirement through http://www.acquisition.gov or by calling 866-606-8220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N40085-13-Q-1327/listing.html)
- Place of Performance
- Address: NAVAL SUPPORT ACTIVITY - P, PHILADELPHIA, Pennsylvania, 19111, United States
- Zip Code: 19111
- Zip Code: 19111
- Record
- SN03149601-W 20130816/130815000202-ba7d1884aac84cd6ac4ebff5d32a1b8b (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 |