Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
MODIFICATION

Z -- PAINTING AND REPAIRS TO LF TOWERS (PHASE III) NORTH AND SOUTH ARRAYS AT NAVAL COMPUTER AND TELECOMMUNICATIONS STATION, CUTLER, MAINE

Notice Date
5/12/2004
 
Notice Type
Modification
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-04-D-0032
 
Response Due
5/24/2004
 
Point of Contact
Al Randazzo, Contract Specialist, Phone (610)595-0623, Fax (610)595-0671, - Irene Katacinski, Contract Specialist, Phone (610)595-0628, Fax (610)595-0671,
 
E-Mail Address
randazzoaf@efane.navfac.navy.mil, katacinskiih@efane.navfac.navy.mil
 
Description
SOURCES SOUGHT: (NOTE: DATE FOR RECEIPT OF SUBMISSION IS EXTENDED TO JUNE 24, 2004) PAINTING AND REPAIRS TO LF TOWERS (PHASE III), NORTH AND SOUTH ARRAYS AT NAVAL COMPUTER AND TELECOMMUNICATIONS STATION, CUTLER, MAINE CONTRACTING OFFICE ADDRESS Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity Northeast, Philadelphia, PA 10113 DESCRIPTION: In accordance with FAR 6.302-1, Engineering Field Activity Northeast is contemplating entering into sole source negotiations with the firm of Abhe and Svoboda to execute a contract award for the painting and repair of VLF towers, North and South Arrays (PHASE III) at Naval Computer and Telecommunications Station (NCTAMS), Cutler, Maine. Phases I and II of the paint and repair of VLF towers, North and South Arrays at NCTAMS Cutler were awarded under contracts #N62472-95-X-0425 and #N62472-96-C-0422, respectively, and performed by Abhe and Svoboda, Inc., 17066 Revere Way, Prior lake, Minnesota. Phase III represents the final phase of the entire tower rehabilitation program. The prior two phases were competitively procured through best value source selection procedures and Abhe and Svoboda was selected as the best value offeror for each phase. Abhe and Svoboda is currently mobilized and performing work under Phase II, which is due to be completed in October 2004. The work includes the removal of lead and PCB containing paint, grating, bolts, railings, obstruction lights, beacon lights, controls, panel boards, conduit and wire from existing VLF towers, counterweight towers, hoist houses and transformer buildings. VLF and Counterweight towers range from 200 to 875 feet tall. Work also includes the repair or replacement of gratings, bolts, miscellaneous structural steel, railings, toe boards, ladder safety climbing system, obstruction lights, beacon lights, lighting controls, panel boards, electric heaters, conduit and wire for existing VLF towers, counterweight towers, hoist houses and transformer buildings. In addition, work includes also includes repairs to ice shields. VLF tower configuration includes two helix houses. Bushings and ancillary equipment located on helix houses are protected from falling ice and other debris by these metal ice shields. Contract shall include the removal, disposal and replacement of loose, corroded metal sections of ice shields on one or more of the helix houses. Also, removal, fabrication and replacement of corroded side skirts and lower skirting on ice shields. The North American Industry Classification Code for this requirement will be 237130 with the average annual receipts for the last three years being $28,500,000.00. Performance period for work on the towers is limited to 01 May to 31 October of each year due to weather and operational considerations. The work is estimated at between $1.0 million and $5.0 million dollars per year. The contract will include a base period with four one year options. Estimated contract award is October 2004. Special qualifications for Paint Removal: Contractor or subcontractor performing paint removal shall hold a QP 2 certification issued by the Society of Protective Coatings (SSPC) for the duration of the project. Paint removal shall be accomplished inside a full containment by ultra high pressure water jetting. Containment must be designed by a professional engineer in accordance with industry standards, and must have capability to be disassembled/lowered within 20 minutes of notification, should operational needs require. Contractor must track the amount of water captured during the paint removal process and provide daily reports to NAVFAC field office. Contractor will have to maintain a water capture rate acceptable to Naval Facilities Engineering Command (NAVFAC), Maine Department of Environmental Protection (MEDEP), and the Environmental Protection Agency (EPA) in order to continue work. Contractor or subcontractor must have a minimum of 5 years experience in performing paint removal operations. Contractor or subcontractor performing paint removal must have a minimum of 5 years experience in working on structures at heights exceeding 250 feet. Special qualifications for Coating Applications: Contractor or subcontractor performing the coating application shall hold a QP 1 certification issued by the Society of Protective Coatings (SSPC) for the duration of the project. QP program defines system requirements for painting contractors in North America based on standards developed through a consensus process following ANSI procedures, with technical requirements based on standards set by ASTM, NACE International, SSPC, and government regulating agencies EPA and OSHA. Contractor or subcontractor must have a minimum of 5 years experience in applying moisture cure coating systems. Contractor or subcontractor performing coating applications must have a minimum of 5 years experience in working on structures at heights exceeding 250 feet. Contract Submittal Requirements: If awarded a contract the contractor will be required to submit a paint removal work plan and air monitoring plan to the Naval Facilities Engineering Command, Maine Department of Environmental Protection (MEDEP), and the Environmental Protection Agency (EPA) for review and concurrence prior to the start of the performance period each year. Frequent inspections may be made by MEDEP, EPA and OSHA. Extensive air monitoring for PCB and Lead will be required for outside the containment in addition to personnel monitoring. Contract Key Personnel Requirements: If awarded a contract the contractor will be required to have on site for the duration of the project an Environmental Control Manager (ECM), Project Manager (PM), Superintendent, Quality Control Manager (QC), Assistant QC Manager, and Safety Manager. ECM is required to have a degree in Environmental Science or Engineering. Safety Manager is required to be a Nationally Certified Safety Professional as certified by the Board of Certified Safety Professionals. Specialized experienced is required to perform the scope of work required by this project. Towers are at heights up to 875 feet high and located in a rural and very remote locations. Weather conditions to be considered for performing work on the tip of a peninsula in coastal Maine include high winds, frequent fog and wide ranging temperatures. All work is performed in a highly secure area with limited and supervised access, and operational requirements dictate an abbreviated construction period with the additional potential for short-term work interruptions. SUBMISSION REQUIREMENTS FOR THIS ADVERTISEMENT: Firms interested in this project are required to submit the following documentation electronically to albert.randazzo@navy.mil on or before COB June 24, 2004: (1) a one page corporate summary and expression of interest, (2) a listing of current construction projects and those completed within the last 5 years similiar to the size and specialized scope of this project, (3) identification of key project management personnel, their qualifications and certifications, and availability for this project, (4) statement of financial capability and identification of surety, (5) and past performance references, including points of contact and current telephone numbers of those who have first hand knowledge of your performance on referenced projects. Information submitted in response to this synopsis is strictly voluntary. The Government will not reimburse respondents for any information submitted in response to this announcement. The Government will make a determination upon verification of the documentation submitted as to the capability of the respondents in making the decision whether to advertise this requirement under full and open competition or to negotiate a sole source contract with the firm of Abhe and Svoboda. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will be considered solely for the purpose of determining whether to conduct a competitive procurement. Point of Contact: Mr. Al Randazzo Contracting Officer, Phone (610) 595-0623. Place of performance: Naval Computer and Telecommunications Station (NCTAMS), Cutler, Maine
 
Place of Performance
Address: NAVAL COMPUTER AND TELECOMMUNICATIONS STATION, 175 Ridge Rd., Cutler, ME,
Zip Code: 04626
Country: UNITED STATES
 
Record
SN00584803-W 20040514/040512212357 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.