Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
MODIFICATION

54 -- Replacement of Security Barriers

Notice Date
8/28/2018
 
Notice Type
Modification/Amendment
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of Homeland Security, United States Secret Service, Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
 
ZIP Code
20223
 
Solicitation Number
70US0918R70090018
 
Archive Date
9/14/2018
 
Point of Contact
Danielle M. Donaldson, Phone: (202) 406-6812, Keisha L. Pender, Phone: 202-406-9759
 
E-Mail Address
danielle.donaldson@usss.dhs.gov, Keisha.pender@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov, Keisha.pender@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment # 2 - Answers to Questions Question 1. Ref. "Scope of Work & SF-1449" In the SF 1449 ITEMS No. 19 thru 24 list 5 tasks. The Scope of work only lists 3 task. Please forward a description for Task 0004 and Task 0005. Answer 1. "CLIN 004- Provide storage of barrier wall and fencing materials for a period of up to four months. CLIN 005- Provide fencing adornments as stated in RFP. Provide cost and ashetic options for three scenarios: 1) adornments on every picket, 2) adornments on posts only, 3) scroll or circle adornment on every picket" Question 2. Ref. Site Visit Can you please issue a copy of the site visit attendees? Answer 2. We do not share the site visit attendee list. Question 3. Ref. Technical In section V. Instruction to Offerors part II. and III. It's requesting an excel spreadsheet for Pricing and Labor Categories. Is there a specific format that is required by DHS? Answer 3. Disregard you an submit pricing on the SF 1449 or submit within your proposal. Question 4. Ref. Wage Scale Is there a wage scale requirement for this project? Answer 4. No because the service part of the contract is the installation of the supply being purchased. Question 5. Ref. Pg. 2 Task 1 #10 Is this secure storage provided by DHS at no cost to the contractor? Approximately how far is the storage yard from job for remobilization of Barriers? Answer 5. Task refers to government facility in Laurel, MD which is approximately 20 miles from the project site. Question 6. Ref. Pg. 2 Task 2 #8 Can you provide us with more information on Extra Adornment? Answer 6. See Question 1. Question 7. Any road closure or special permits is required, please advise? Answer 7. There will be an internal permitting process with National Park Service required. DC permits will not be required. Question 8. Can we propose plastic finials in lieu of cast? Answer 8. Plastic Finials are acceptable as long as they maintain a similar appearance to cast ones. Question 9. As discussed, during the walkthrough, can you provide clarification on the SOW regarding the connection system? In the SOW it calls for a 1 ½" rod to slide between loops of rebar protruding from the barriers. However, the rebar shown would be a weak point as they are not as large as the rods themselves. Also, the way they are shown to adjoin, there would have to be a several inch gap between sections to allow for any turning radius. Also, what type of bar shall protrude, i.e. Galvanized, epoxy, stainless, or just plain black. The same with the connector pin. My suggestion although cost could be an issue, is galvanized or stainless be used as it will hold up much longer while exposed to the elements. Answer 9. The connector hook should not extrude more than 2" from the exterior of the barrier and should be made of ¾" galvanized steel. The minimum amount of rotation provided show be 9.5o as shown below. To increase the capability of the loops, we have extended the development length of 2', double the length of what is shown in the RFP. The connecting material should be made of galvanized steel and should be a ¾" thick pin with a cap.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/70US0918R70090018/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN05060302-W 20180830/180828231601-926d14be9f29cc88bc24b09152aaf477 (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.