SOLICITATION NOTICE
Y -- BRKR202001 AGE Jack Tester Install
- Notice Date
- 8/12/2020 2:22:35 PM
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- W7MT USPFO ACTIVITY ALANG 117 BIRMINGHAM AL 35217-3595 USA
- ZIP Code
- 35217-3595
- Solicitation Number
- BRKR202001
- Response Due
- 8/27/2020 6:00:00 AM
- Archive Date
- 09/11/2020
- Point of Contact
- William K. Hall, Phone: 2057142248, Jeffrey A. Farmer, Phone: 2057142347
- E-Mail Address
-
william.k.hall14.mil@mail.mil, jeffrey.farmer.2@us.af.mil
(william.k.hall14.mil@mail.mil, jeffrey.farmer.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PERFORMANCE WORK STATEMENT BRKR202001_AGE Jack Tester Sumpter Smith Joint National Guard Base, Alabama May, 2020 1 GENERAL RELATED DOCUMENTS General provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any) apply to the work specified in this section. Reference Operations and Maintenance Manual which attached in Part 3. DESCRIPTION OF WORK � JACK TESTER This project will consist of installing a jack tester concrete pad, and assembling the jack tester which is on base, located at the 117ARW, 5401 East Lake Blvd, Birmingham, AL 35217. Any plans provided are original construction documents for information to the bidder and any reference to new work should be ignored. Field verification of all work items, site conditions, or any questions about the work to be performed are required before submission of bids. Trees and shrubs in the vicinity of the construction limits will be removed. Demolition of concrete curb and concrete parking will be removed. Excavation of roughly 40 C.Y. of dense clay and concrete. Section 1.6 part F (keeping the construction clean) will be monitored throughout the project. Project COR will identify to contractor where the new 25� concrete curb will be laid on site. Subgrade will achieve 90% compaction before adding base layer. An 8� base layer of �-1 inch stone will have a 95% ASTM compaction before proceeding forward. Refer to section 3.13 and 3.14 for details on pouring concrete with rebar. 15� x 15� x 4� fiber-reinforced concrete with a compressive strength of 3500psi using 6 layers of #8 rebar. It is imperative that contractor follows specifications to keep the jack tester in compliance. Concrete must be within the 0.5 degree slope variance; otherwise the entire slab must be replaced. Government will take care of inspections, and compressive strength tests on concrete cylinders for day 7, 14, and 28. The concrete must cure for 30 days, minimum. Install an additional concrete ramp. Ramp will be width of pad, 15�. Concrete ramp will begin 10� from pad. Must be tied in flush with main pad. Refer to section 3.13 and 3.14 for details on assembling supporting columns. Rebar will be spot weld to supporting columns. Rebar must be 6� O.C. Columns will be assembled to support jack tester at a height of 30�. Bolt in jack tester to supporting columns. Section 3 will explain location of all bolts, nuts, wiring, and etc. that is needed to properly setup the jack tester. Electrical will be ran from the source to the control box. COR will indicate location. Saw cut asphalt and concrete to run conduit from source to jack tester. Contractor must replace cut with concrete. Calibration will be completed by user to ensure jack tester works efficiently. Work schedule � Base is normally open 7AM � 5:30PM Tuesday-Friday. Work will be within the restricted area, so escorts will be present for all work. All work to be completed during regular hours, but weekends may be considered work days with one week prior coordination and approval. DESCRIPTION OF WORK � COBRA TEETH This project will consist of removing asphalt, and replacing with concrete. Cobra teeth will be anchored to the concrete, located at the 117ARW, 5401 East Lake Blvd, Birmingham, AL 35217. Any plans provided are original construction documents for information to the bidder and any reference to new work should be ignored. Field verification of all work items, site conditions, or any questions about the work to be performed are required before submission of bids. Saw cut 60 LF of existing asphalt. Remove 6 cubic yards of asphalt and debris, and haul off base. Contractor will remove existing Cobra teeth. Lay 6� of �-1 inch stone with 95% compact according to ASTM standards. Pour 8� of fiber-reinforced concrete with compressive strength of 4000psi to cover 125 SF. Compressive strength tests will be performed on day 7, 14, and 28. Grade 60 rebar will be installed. Using #4 rebar, see drawing detail. Two control joints at 10� intervals or less. Parallel with flow of traffic. Once concrete is set, bolt down the Cobra Teeth which the government will supply. Contractor must supply bolts for Cobra Teeth. DESCRIPTION OF WORK � SPEED BUMPS This project will consist of installing speed bumps in the vicinity of the main gate, located at the 117ARW, 5401 East Lake Blvd, Birmingham, AL 35217. Any plans provided are original construction documents for information to the bidder and any reference to new work should be ignored. Field verification of all work items, site conditions, or any questions about the work to be performed are required before submission of bids. Prep work will include making a 2� deep and a 2� wide cut along the length of existing asphalt (perpendicular direction of traffic). Purpose of keying the existing asphalt is to tie new asphalt into existing asphalt, and create an anchor point. Two sections of bollard sleeves will need to be removed, and earthwork will be needed. Build sections up with 6� of �-1 inch stone. 4� of asphalt binder, and 2� of wearing surface. Wearing surface must be brought up to existing grade. Contractor may pour a monolithic pour for this section to securely anchor the asphalt speed bump. Tack coat will be applied to existing asphalt. New asphalt will be 3.5� in height at the crest, and 24� in width once compacted. Speed bump will extend from edge of pavement to edge of pavement. If removable bollards exist, extent from edge of pavement to bollards. Leaving enough room to remove bollards easily. Edge of speed bumps will be rounded off. Asphalt temperatures must fall into the appropriate ranges, or will not be accepted by the COR. Arrival temp must be between 275-300 degrees Fahrenheit. If mix falls below 225 degrees, contractor must haul off the rest of asphalt. Ambient and ground temperatures must be above 50 degrees. If temperature begins to fall past 60 degrees, COR has the right to stop project. 30 days after the asphalt has been set, contractor will sealcoat all speed bumps. Once the sealcoat has dried, striping will be required for each speed bump. Please see drawing details for striping pattern. ADDITIONAL BID ITEMS Demolish roughly 25 cubic yards of existing concrete curb and slab. Contractor will haul off debris. Earthwork will be needed to add 6� of �-1 inch stone for base layer. Pour 110 cubic yards of concrete. Fiber-reinforced concrete will be 6� with metal wire being placed in center of thickness to give concrete strength. Account for 100 linear feet of concrete curb. Match existing curb thickness. See drawings for details. CONTRACT RESPONSIBILITIES The work is one contract bid package that will be contracted directly with the CONTRACTING OFFICER. Responsibilities of CONTRACTOR: Except as specifically noted, provide and pay for: Labor, materials, and equipment. Tools, construction equipment and machinery. Other facilities and services necessary for proper execution and completion of work (locating and flagging underground utilities, etc.) Independent testing lab to do all materials and quality control testing if required. �Provide� means to furnish and install, complete and ready for operation. Give required notices. Comply with codes, ordinances, rules and regulations, orders and other legal requirements of public authorities which bear on performance of work. Promptly submit written notice to CONTRACTING OFFICER of observed variance of contract documents from legal requirements. Assume responsibility for work to be contrary to such requirements, without notice. Appropriate modifications to Contract Documents will adjust changes necessary due to legal requirements. Enforce strict discipline and good order among employees.� Do not employ on work: Unfit persons. Persons not skilled on assigned tasks. Furnish all submittals (including shop drawings, catalog cuts, brochures, test reports, progress schedules, estimates and general correspondence) promptly and on time to be approved before starting the work for which submittals are required. Responsibilities of CONTRACTING OFFICER: CONTRACTING OFFICER to review materials testing lab qualifications submitted by the CONTRACTOR. This responsibility is generally delegated to the Base Civil Engineer Office. Construction Drawings. CONTRACTOR USE OF PREMISES Confine operations at site to areas permitted by: Law Ordinances Permits Contract Documents Existing Staging Areas Where directed by CONTRACTING OFFICER. Do not unreasonable encumber site with materials or equipment. Assume full responsibility for protection and safekeeping of products stored on premises. Move any stored products which interfere with operations of CONTRACTING OFFICER or other CONTRACTORS engaged in work for the CONTRACTING OFFICER. Use of Site: Government will occupy the site during construction. Coordinate so that the least amount of disruption is caused, that traffic and personnel safety is maintain. CLEANLINESS IS THE ESSENCE OF QUALITY. Keep site clean. Remove waste material from the site weekly. Failure to comply will result in notice to clean site given by CONTRACTING OFFICER; if not cleaned within twelve (12) hours from time of notice, the CONTRACTING OFFICER will clean the site and charge the CONTRACTOR $200.00/hour for this work. SUBMITTALS Approval for all materials must be given before installation. No work can be started until such work has been discussed and reviewed by the CONTRACTING OFFICER Test reports shall be checked by the Base Civil Engineer and the CONTRACTING OFFICER to insure compliance with the Specifications. Any deviations will be made known to the CONTRACTOR and CONTRACTING OFFICER. It is the CONTRACTOR�S responsibility to achieve compliance with the Specifications. 2 PRODUCT SUBMITTAL Rebar Concrete mix design Aggregate sample Asphalt mix Sealcoat mix Striping 3 EXECUTION (Drawings on separate document) 4 MISCELLANEOUS Contractor Manpower Reporting Application (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 117th Air Refueling Wing via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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, beginning with 2015. Contractors may direct questions to the help desk at http://www.ecmra.mil. NOTE: With the EXCEPTION OF CLASSIFIED INFORMATION Unit Identification Code (UIC) for the Requiring Activity: F6E3CE Issuing Office DoDAAC: W50S6M Performance of Services during Crisis Declared by the National Command Authority or Overseas Combatant Commander,� is not applicable to this Order Security Requirements: The contractor shall comply with all applicable installation/facility access and local security policies and procedures. The contractor shall also provide all information required for background checks to meet installation access requirements. Unscheduled gate closures by the Security Police may occur at any time causing all personnel entering or exiting a closed installation to experience a delay. Identification of Contractor Employees: All contractor personnel will be required to wear badges in the performance of this contract. -----------------------------------------------NOTICE FOR ALL PROJECTS-------------------------------------- 1.�������� Contractor (s) must fill out a form for all hazardous materials brought onto base and for waste products generated during construction. 2.�������� The �Contractor Hazardous Material Identification� form is attached under separate cover. PERFORMANCE PERIOD FOR THIS ENTIRE CONTRACT IS 100 DAYS. SEE ATTACHED DOCUMENTS END OF DOCUMENT
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7a464da6c4274c7bb2c9c5e79ceb37ba/view)
- Place of Performance
- Address: Birmingham, AL 35217, USA
- Zip Code: 35217
- Country: USA
- Zip Code: 35217
- Record
- SN05754737-F 20200814/200812230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |