Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
MODIFICATION

J -- Repair of curbs and sidewalks at Portland Oregon Air National Guard Base

Notice Date
7/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
325520 — Adhesive Manufacturing
 
Contracting Office
142 FW/MSC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
 
ZIP Code
97218-2797
 
Solicitation Number
W912JV-14-T-4007
 
Response Due
8/6/2014
 
Archive Date
9/20/2014
 
Point of Contact
Steven Brunmeier, 503-335-4486
 
E-Mail Address
142 FW/MSC
(steven.brunmeier@ang.af.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. 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 W912JV-14-T-4007 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) 2005-55. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 325520 and the small business size standard is 500 people. The following commercial items are requested in this solicitation; CLIN 0001 - The air base in Portland, Oregon is in need of repairs along the curbs and sidewalks of the base. The repairs are not to exceed 7,200 linear feet. There will be a site visit August 1 at 9 a.m. at 6801 NE Cornfoot Road. In order to gain access for the site visit, vendors shall send an E-Mail to steven.brunmeier@ang.af.mil with names of the parties attending no later than July 30 at 4 p.m. PST. The E-Mail must include the full names of the people attending, date of birth, driver's license number and it must include the state they are registered. On the day of the site visit, the parties must have proof of valid auto insurance in order to gain access to the base. Description of work is on attached performance work statement. A picture of the area to be repaired is located at the end of the performance work statement. QTY: 7200 Unit of Issue: Linear Feet Please see attached Statement of Work for specific details. The following provisions and clauses apply to this acquisition:, FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 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. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252-212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov to be considered for award. All quotes must be sent to Steven Brunmeier, Contracting Specialist at: Fax 503-335-4487; e-mail steven.brunmeier@ang.af.mil or call at 503-335-4486; Quotes are required to be received not later than (August 6, 2014 at midnight). OREGON AIR NATIONAL GUARD PORTLAND OREGON 6801 NE Cornfoot Road Portland, OR 97218 STATEMENT OF WORK FOR Repair Base Drainage (Crack Seal) WORK ORDER NUMBER 2010XXXXX DATE 11 July 2014 Rev x SW-1 PURPOSE: The purpose of this project is to provide crack and joint repair located at the curbs and sidewalks in accordance with this contract document. SW-2 Quotes: 1.Submit quotes to: Steven Brunmeier Contracting Specialist 142 FW Portland Oregon (503) 335-4486 DSN 638 Fax: (503) 335-4487 DSN 638 E-Mail Steven.Brunmeier@ang.af.mil 2. Quotes are due one week after site visit SW-3 APPROVALS AND CHANGES: 1.Submit all quotes to Steve Brunmeier for approval prior to procurement of materials and commencement of work. 2.Submit all hazardous materials to be used on-site 5 working days prior to bringing the materials on base. Submit per SW-4 Section 2. 3.No deviation from approved plans, specifications and general notes will be permitted without approval. Requests are to be submitted to Steve Brunmeier. His phone number is 503-335-4486. SW-4 DRAWINGS AND ATTACHMENTS: 1.All attached or referenced drawings, calculations, codes, regulations and documents are hereby made a part of these Contract Documents. 2.The 142 CES maintains facility drawings that are available for review by the contractor upon request. The BCE strongly suggests that these drawings be reviewed by all contractors prior to quote submittal to ensure all documented conditions are considered in the quote proposal. SW-5. WORKMANSHIP: All work shall be accomplished in a professional manner by experienced tradespersons to the complete satisfaction of the Contract Specialist or appointed representative. SW-6. APPOINTMENT TO VISIT JOB SITE: 1.All vendors shall coordinate with Steven Brunmeier, Contracting Specialist 142 FW, Portland Oregon (503) 335-4486 DSN 638 Fax: (503) 335-4487 DSN 638. Steven Brunmeier will coordinate the job site visit along with the contracting officer representative. The projected date and time of the site visit is July 30, 2014 at 9 a.m. 2. Guidelines for entering the base: a.The Oregon Air National Guard base is located at 6801 NE Cornfoot Road in Portland, Oregon 97218. b.The contractor gate is west of the main gate at the intersection of Cornfoot Road and Overend Ave. (Contractor gate looks like a parking lot with many adjoining yellow concrete barriers leading to a portico) c.Please do not attempt to enter through the MAIN gate. d.Upon entering the contractor access gate, please have a valid driver's license vehicle, insurance and registration ready for the security officer. It saves time to have that available. You will not be allowed to drive on base without these documents. e.Contractors are not allowed to bring weapons onto the ANG base, this includes concealed weapon permit holders. f.All vehicles entering the base are subject to search. g.Cell phone use at the contractor gate is prohibited. h.Spitting or smoking tobacco products at the contractor gate is prohibited. i.Contractors must provide date of birth, a valid driver's license number and proof of insurance in order to get on the base. Must have all information to Steve Brunmeier no later than noon on July 27, three days before the site visit. SW-7. CODES AND REGULATIONS: All work shall be accomplished in accordance with NFPA, Building, Mechanical, Electrical and all other codes and/or regulations of the authorities having jurisdiction. SW-8. CLEAN-UP: 1.The contractor shall clean up and remove from the site all rubbish, which has resulted from any contract work and shall leave the premises in a clean and orderly condition, acceptable to the Contracting Specialist or the Contracting Officer Representative. 2.Protect existing building and contents from damage, dirt and dust during construction related activities. This includes but is not limited to: HVAC system, filters and duct work, fire detection systems, electronic equipment, and furniture. 3.Hazardous waste is not to be disposed of on base. 4.Operational equipment permanently removed or replaced during the demolition and construction process shall be protected and returned to the government at the end of the project. FOR WORKING IN FLIGHTLINE AREAS: Cleanliness in this work area is critical. Loose objects such as nuts, bolts, tools or any debris must be controlled, then secured or removed from the area at end of the day. There is a serious risk of injury to flight line personnel and or damage to aircraft from loose debris entering aircraft engines. SW-9. COORDINATION: 1.The contractor shall coordinate all their work with Steven Brunmeier or their representative. 2.Contact Steve Brunmeier three working days in advance and provide proper documentation to allow for processing of base access paperwork. This includes deliveries of any kind. 3.Same day request and access is not always possible. SW-10. PROPOSED WORK SCHEDULES: 1.The Contractor shall start project work within 10 calendar days after the issuance of the Notice to Proceed. a.No on-site work shall start until the Contractor has an Approved Project Schedule. 2.All on-site work shall be complete within 30 calendar days. SW-11. HOURS OF WORK: 1.Normal hours of operation for construction are 7:00 am through 4:30 pm Monday through Friday, excluding any federally recognized holidays. 2.Requests to work outside the normal work hours must be made to the COR at least 3 working days in advance. Security Forces may reject requests at the convenience of the government. Failure to make requests at least three working days in advance may result in being denied base access or being required to leave the base. SW-12. CONTRACTOR IDENTIFICATION BADGES: 1.Badges will be issued by the 142nd SFS, (Security Forces) to the 142 CES/Contractor. The 142 CES/Contractor shall be responsible for issuing, tracking and collecting badges in accordance with instructions from Security Forces. The following are the requirements and procedures for the contractor: 2.Contractors and sub-contractors working on the installation for 30 calendar days or more must be issued contractor identification badges. 3.Contractors working in Controlled or Restricted areas or any area North of the flight line fence must be issued a specific contractor identification badge or be escorted. SW-13. WARRANTIES: All work completed under this contract shall be guaranteed by the contractor against failure of workmanship and/or materials for a period of one (1) year from date of final acceptance of the project. SW-14. DESCRIPTION OF WORK: Contractor shall provide all tools, parts, equipment, materials and labor to provide the services listed below and in accordance with applicable codes and regulations: 1.SPECIFICATIONS a.(UFC 3-270-02 Dated 15 March 2001 or most current) ASPHALT CRACK REPAIRS. b.MATOC 2. SUMMARY OF WORK a.No work in this section shall proceed until all material submittals are approved. These items include but are not limited to: 1.Pre-construction submittals (see SW-4) 2.Schedules 3.Shop drawings 4.Manufacturer cut sheets 5.Testing and inspection plans 6.Dust and erosion control plans b.Contractor shall provide crack, joint preparation to remove, debris, cleaning and repair of the joints between asphalt pavement, curbs and the joints between the curbs and sidewalk. 3.Concrete joint repairs - Contractor shall provide and install 2 component caulking that is mixed in the bucket and applied with a bulk gun. Sikaflex -2C NS EZ Mix or equal must be used for the caulking. Caulking shall be installed per manufacturer's specifications. 4.Asphalt joint repairs next to the curb shall be repaired in accordance with (UFC) 3-270-02. Repairs not to exceed 7,200 linear feet. SW-15. SCHEDULING: 1.The contractor shall minimize disruption to building occupants. 2.The COR will coordinate Contractor work schedules upon award. 3.Government provided escorts are required on job sites within secure areas as specified by the Installation Commander. a.The COR will notify the Contractor if a job site is located in a secure area. 4.The Contractor shall provide written notice to the contract specialist and COR at least 3 working days prior to working in secure areas. a.The notice shall include the working hours, location(s) of work, and number of workers. 5.The COR will obtain and provide a PL 2 or PL3/4 Free Zone Letter from the Installation Commander granting permission for job sites within secure areas. a.The Contractor shall keep this letter on the jobsite at all times. SW-16. QUALITY CONTROL: The contractor is responsible for quality control. Inspections by the COR do not alleviate the contractor from his responsibility. SW-17. CUTTING AND PATCHING: Not applicable SW-18. ATTACHMENTS: See attachment on bottom of page for areas that need repair. SW-19. GENERAL NOTES: Contract shall provide all tools, parts equipment, materials and labor necessary to complete the project. SW-20. CONTRACTOR MANPOWER REPORTING: Contractor Manpower Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for both ARMY and AIR FORCE collection site. The contractor is required to completely fill in all required data fields using the following web ad-dress: _http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at _http://www.ecmra.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-2/W912JV-14-T-4007/listing.html)
 
Place of Performance
Address: 142 FW/MSC 6801 NE Cornfoot Road, Portland IAP OR
Zip Code: 97218-2797
 
Record
SN03432936-W 20140724/140722234734-0e5a577853cd03f175b7c4d46d8e4d7f (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.