SOLICITATION NOTICE
Z -- CONTAINERS REFURBISH - W913FT-16-T-0002
- Notice Date
- 3/7/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811412
— Appliance Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 410th CSB (W913FT) RCO Bogota, UNIT 5136 US EMBASSY COLOMBIA, APO AA, 34038-0008, United States
- ZIP Code
- 34038-0008
- Solicitation Number
- W913FT-16-T-0002-0001
- Archive Date
- 5/25/2016
- Point of Contact
- Astrid Pardo, Phone: 571-275-2386
- E-Mail Address
-
astrid.pardo2.fn@mail.mil
(astrid.pardo2.fn@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION WITH CORRECTED DATE SOLICITATION United States Army South (ARSOUTH) FOS APIAY, Villavicencio, Colombia Statement of Work (SOW) Living Trailer Refurbishing 1.0 GENERAL: This is a contract to provide general construction repairt and renovation of existence facility in the Army South compound on Luis F. Niño Air Force base (Comando Aéreo de Combate No. 2 (CACOM2)) in Villavicencio, Colombia. The work shall include but not limited to repair and replaced interior wall, ceiling, floors, electrical upgrade and other small construction renovation in various trailers facilitis and operational facilities.all new material and labor should be include in the renovation for the United States Army South (ARSOUTH), also referred to herein as “the Government”). The Government shall not exercise any supervision or control over the contract delivery providers performing herein. Such contract providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Objective: The Contractor shall furnish all management, supervision, personnel, training, equipment, material, and supplies required to for this general construction renovation. 1.2 Required Period: The Contractor shall complete all work no later than 45 days after award of the contract. 1.3 Recognized Holidays: Holy Week 22 March to 02 April 2016 1.4 Hours of Operation: The contractor is responsible for conducting deliveries between the hours of 7:00 AM to 5:00 PM. 1.5 Place of Performance: The contrac will be execuited at at the Army South compound on Luis F. Niño Air Force base (Comando Aéreo de Combate No. 2 (CACOM2) in Villavicencio, Colombia. Schedule and coordination with the Government Representative Contracting Officer (KO) and COR or Luis F. Gomez Niño Colombian Air Force base (Comando Aéreo de Combate No. 2 (CACOM2)) in Villavicencio, Colombia. Designated members of the Colombian air forces., and the shall be required to gain access to the site during the period of work.. 1.6 Key Personnel: The Contracting Officer (KO) and the Government Representative are considered key personnel by the government. The contractor shall provide a contract manager who shall be responsible for the scheduling of the deliveries and support of material issues. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 AM to 5:00 PM Monday thru Sunday, except during national holidays or when the government facility is closed for administrative reasons. 1.7 Material Storage. Contractor shall coordinate access to the base and storage of materials needed for this contract with Richard J. Kempf (cell phone 321-490-7553) or by email at richard.j.kempf.civ@mail.mil. Before any works starts, the Contractor shall send a list of the personnel with their complete names, identification card numbers, and a list of the vehicles and equipment that will be accessing the area. The information will be used by CACOM2 Security verify credentials and the issue of access permits. Other special security requirements may be required, to include specific colored T-shirts with the company name and contract number on it, and security and work permits requirements shall be in accordance with CACOM 2 and Army South regulations. 2.0 SPECIFICATIONS: The specifications associated with the repair/refurbishment of billeting rooms, shall consist of the removal and replacement of all dry wall, shower repair and replacement; wall and ceiling replacement, plumbing repair/replacement, electrical and other associated work. The direct reason for this work is due to mold and mildew damage in the trailers and minor damage in the bunker. Potential contractors are advised to take proper safety measures, as exposure to mold and mildew can cause allergic reactions, asthma, or other respiratory problems. It is highly recommended that workers wear hazmat suites or at a minimum wear N95 respirators, googles (without ventilation holes), long gloves and long sleeve shirts. The Contractor shall avoid exposing others to mold and mildew laden dust when conducting the removal, cleanup and disposal of contaminated materials. Contractor shall be responsible for the purchase and transport of all materials needed (unless specified as government furnished) to complete the necessary repairs/refurbishments as specified in this performance work statement (PWS). 2.1 Air Conditioning Units: The contractor shall be responsible for the removal and reinstallation of all air conditioning units in rooms 43, 44, 91, 92. This includes the removal and reinstallation of the interior AC units as well as the safe environmental removal of Freon. The contractor shall be responsible for reinstalling the Freon and when completed all air-conditioning units shall function properly. 2.2 Safety disposal of hazarus material: The Contractor shall remove and dispose of all contaminated or hazarus material using the appropriated disposal of the Colombian safety laws and hazard material transportation. 2.3 FLOORS: Remove the existing surface covering in each of the specified rooms, to include living, sink, commode and shower areas. 2.3.1 If required, repair and replace metal flooring (in all areas of the trailers to include living, sink, commode, bathroom and shower), which is rusted, loose, or damaged. Flooring will be a minimum of 1/8 th inch steel or equal material with reinforcement beams as necessary. All replacement metal will be covered with a corrosive resistant coating and shall be level, solid, with no weak spots, bows or indentations. The metal shall not bend or bow when walked on. 2.3.2. Once the metal floors have been repaired or replaced, the Contractor shall prepare the floor surface and replace the rubber matting with vinyl floor covering. The vinyl floor covering shall be tiles, 12”x12” and shall meet the following specifications: white or off white in color; shall have a 15 year residential warranty; slip resistant; fire proof; dent proof and wear proof from normal use. The Contractor shall use self-adhesive tiles or an adhesive which shall bond the titles in place. Bonding strength shall be sufficient to prevent the tiles from coming loose or curling at the edges. All excess adhesive and bonding shall be cleared and removed from the top of the tile surface. 2.3.3. The approximate square footage of each trailer room, to include closet, bathroom and shower area is 190 square feet. For those rooms requiring work in the bathroom area only the approximate square footage is 16 square feet. 2.3.4. The Contractor shall replace the flooring in rooms 43, 44, 91, 92 2.4 REPLACE WALL AND CEILINGS PANELS: 2.4.1 The Contractor shall remove and replace all drywall and ceiling panels in each of the designated rooms. Once removed, the Contractor shall dispose of the drywall and then clean and sanitize the interior of each room to remove/kill any mold and mildew spores (on the interior shells of the rooms). 2.4.2. Wall and ceiling panels shall be replaced with paneling that meets the following specifications: Moisture resistant Fireproof Warp proof Impact resistant Flat smooth surface Off white in color for wall panels and white for ceiling panels 4 feet by 8 feet in size Damage resistant Easy to clean Sheeting shall be a minimum of 3/8 inch thick or of a thickness to remain solid and not bend or flex when pressure is applied. 2.4.3. The Contractor shall use melamine laminate, PVC panel Board, Aluminum plastic composite panels, or an equal material which is locally available and meets the above specifications. 2.4.4. The Contractor shall install appropriate wall and door 1 ½ inch high, 3/4 inch width, wooden moldings. 2.4.5. The Contractor shall install insulation for sound proofing and energy efficiency. When replacing walls and ceilings, the Contractor shall be required to install insulation in between the wall and ceilings support beans. This shall be accomplished prior to installing the new wall and ceiling panels in all areas of each room. The insulation shall be fiberglass (rolled) or polystyrene sheets with a minimum R value of 2.0. The insulation must be free of toxic hazards, moisture, and fire and mildew resistant. The insulation shall be installed in the ceilings and wall in all rooms to include the bathroom and shower walls. 2.4.6. Each trailer room is approximately 16 feet X 10 Feet X 7.5 Feet high and extimated amount of 18 sheets of paneling per room is needed to cover walls and ceiling. During the pre-contract site visit, the contractor shall be required to take exact measurements to determine total quantities. The Contractor shall maximize use and avoid waist. All unused paneling will be refunded in price or turned over to the COR for future use. 2.4.7. All seams shall be sealed and wall paneling painted with white latex. 2.4.8. The Contractor shall present a sample of the material to be used, which must be approved by the COR prior to installation. Trailer room 43, 44, 91, 92 shall require the removal and replacement of all wall and ceiling material, to include living, sink and commode and shower areas. The contractor shall install new walls and ceilings in the living, sink and bathroom and shower areas. 2.5 SHOWERS: 2.5.1. The Contractor shall remove and replace shower units or stalls, to include replacing any damaged drains, or plumbing. The shower units shall be replaced with similar units or better and the shower shell/walls shall be heavy duty plastic or fiberglass coated with a smooth white enamel surface. 2.5.2. Contractor shall replace all damaged or rusted metal support beans in the shower walls, bathroom walls or living areas. 2.5.3. The Contractor must present a product sample to the COR for approval, prior to installation. 2.5.5. The Contractor shall replace shower units, drains cover, hot and cold water knobs and shower heads in the following rooms: 43, 44, 91, 92 2.6 SHOWER DOORS: 2.6.1. The Contractor shall replace the existing shower doors with folding sliding doors. The replacement doors shall be heavy duty plastic, and shall be installed to allow easy access to the shower and hot/cold water faucets. 2.6.2. The Contractor shall replace the shower stall doors in room 43, 44, 91, 92 2.6.3. The Contractor shall be responsible for removing and disposing of existing doors. 2.7 SINK TOPS, SINKS, SINK CABINETS AND CLOSETS: 2.7.1. In order to accomplish the work for the floor and wall replacements, the contractor shall be required to remove the bathrooms sinks, sink cabinet, and clothes storage closet. The Contractor shall also be required to disconnect all associated plumbing in the sink area. 2.7.2. When wall and floor installation is completed, the contractor shall reinstall the same equipment that they remove from that room ie sinks, sink cabinet, and clothes storage closet. Care shall be taken to avoid damaging and scratching these items when removing and reinstalling. The contractor shall ensure there are no leaks after the plumbing is reconnected. 2.8 REPAIR DAMAGED PLUMBING: 2.8.1. The Contractor shall inspect the plumbing in each trailer for leaks or damage and repair as required up to 15 linear feet of copper pipe, ½” diameter.. 2.8.2. The Contractor shall remove the toilet in each room and install new wax rings at the base of each toilet. Toilets shall be reinstalled and ensure there is no leakage. Care shall be taken to avoid damaging and scratching these items when removing and reinstalling. 2.8.3. The Contractor shall remove/replace faucets, shower heads and shower knobs in the sink and shower areas. Total of 4 sink faucets, 4 shower knobs and 4 shower heads. 2.8.4. All replacement hardware will be of industrial quality and shall have a minimum of a 10 year warranty. 2.9 REFURBISH FORCE PROTECTION BUNKER: 2.9.1. Site Preparation: Contractor shall remove and dispose of all drywall/tile and other items attached to the walls and interior doors, to include metal studs from the interior walls and ceiling of the `. The bunker is approximately 30 feet long by 18 feet wide and 8 feet in high. The Contractor shall also remove and dispose of any communications wiring, connection boxes and plastic conduit. The contractor shall be required to work around any electrical wiring and conduit which must remain. If need be, the electrical wiring, conduit and outlets can be removed in order to accomplish the work, but must be reinstalled. If any of the the electrical wiring, conduit and outlets are remove care shall be taken to avoid damaging of these items when removing and reinstalling any damage item will be repairt or replace at no cost to the US goverment. The bunker is located adjacent to the Army South Main Operations Compound. 2.9.2. Once all wiring, metal studs and drywall are removed and disposed of, the contractor shall pressure wash, clean and sanitize the interior walls, ceiling and floor of the bunker. This cleaning is in preparation for painting. 2.9.3. The Contractor shall paint the interior walls and ceiling of the bunker with masonry waterproof paint. The color shall be light gray or white and shall be low odor, mildew resistant with nano-guard. Two applications/coats shall be applied and the paint shall have a 10 year guarantee. 2.9.4. The floor of the bunker shall be painted using Light Gray Acrylic Anti Slip/Skid paint. The paint shall be mold and mildew resistant. Two applications/coats shall be applied and the paint shall have a 10 year guarantee. 3.0 Electrical: 3.1 UTILITY LINES: Contractor shall re-route any underground utility lines encountered in the site. Utility lines shall include all underground electrical materials (i.e. conduits, wiring, fittings, inspection boxes, etc.), plumbing pipes, sewer pipes. It is estimated that 120 linear feet of electrical wiring will have to be rerouted in order to remove the drywall in the bunker. However, contractors shall be required to take an exact measurement during the actual site survey, which will be conducted at APIAY. 3.2 ORDER OF WORK: 3.2.1. The Contractor shall section off the two trailers for rooms 43,44, 91, 92. When refurbish is completed, the contractor shall move on to section off the Force Protection Bunker for refurbishing. 3.2.2. The Contractor shall be responsible for removing all furniture in all work areas in order to accomplish repairs. Army South will provide a temporary storage area for the furniture, and as the trailers are repaired/refurbished, the Contractor shall replace the furniture to the appropriate areas as work is completed. Care shall be taken to avoid damaging and scratching these items when removing and reinstalling. Any damage to this item will be replace at no cost to the US goverment. 4.0 GENERAL NOTES: 4.1. The quotation must include high quality materials that must be designed for rough use and long life. 4.2. Only the information requested must be attached to the proposal; if additional information is necessary, it will be requested later. 4.3. The awarded Contractor shall supply the preliminary work schedule and resources. The information will be used for approval. 4.4. Before any works starts, the Contractor shall send a list of the field personnel with their complete names, identification card numbers, and a list of the vehicles and equipment that will be accessing the area. The information will be used by the Base to verify credentials and the issue of access permits. 4.5. Work zones must be marked using two lines of plastic yellow security ribbon. These ribbons will be 8cm wide and supported on very stable wood stakes. Likewise, the project excavation on high accident risk zones must be signaled with warning signs or fences as protection measurements. 4.6. Work site areas, equipment, and other related areas must be protected to minimized or avoid damage or deterioration. Maintenance or repair due to improper use or negligence by the Contractor or its workers is the responsibility of the Contractor. The Contractor shall assume such costs. 4.7. The contractor shall be responsible for resource and equipment safety at the work site. 4.8. Most of the military bases labor schedules applicable are between 7:00am to 5:00pm. Before quoting and starting construction, the Contractor must verify the base schedule with the designated personnel. If overtime is necessary during the execution of the construction, the corresponding permits shall be requested ahead of time. 5.0 SECURITY REQUIREMENTS: 5.1 Security. The contractor and or associated subcontractor employees shall comply with applicable installation access and local security policies and procedures. 5.2 Disclosure. The Contractor shall not further disclose specifics of services to unauthorized personnel. Contractor will provide their sub-contractor only required specifics to accomplish services and / or products delivery. The Contractor shall not sketch or take photos of Government facilities unless related to service being provided. The Contractor shall not post, or discuss government facility activities on any unauthorized public access media. 6.0 CHANGES TO THE CONTRACT: THE ONLY PERSON AUTHORIZED TO MAKE CHANGES TO THE CONTRACT IS THE KO. Failure to clear any changes to the contract with the Contracting Officer IN ADVANCE of the requested change will result in the Government not being responsible for the charges, and non-payment to the Contractor. Accordingly, the Contracting Officer SHALL be notified prior to any additional services/performances necessitating contract modification (that is, those resulting in changes to the terms of the contract). Purchases or changes by unauthorized persons will result in the contractor not receiving payment for costs incurred
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2227389bf37ea7c9581e4f4ce803bd14)
- Place of Performance
- Address: APIAY MILITARY BASE, VILLAVICENCIO META, VILLAVICENCIO, Colombia
- Record
- SN04042272-W 20160309/160307235408-2227389bf37ea7c9581e4f4ce803bd14 (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 |