Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
MODIFICATION

54 -- Lake Dock and Four Bridges

Notice Date
9/9/2004
 
Notice Type
Modification
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F7SPT2422901
 
Response Due
9/14/2004
 
Archive Date
9/29/2004
 
Point of Contact
Rodolfo Diaz, Contract Specialist, Phone 210-652-5171, Fax 210-652-7486, - Jon Sanders, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759,
 
E-Mail Address
Rodolfo.Diaz@randolph.af.mil, jon.sanders@randolph.af.mi
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis This is a combined synopsis/solicitation for the construction of a dock and four bridges. Purchase Request Number F7SPT242290100. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-20. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. The vendor shall follow the attached Statement of Work when completing bid. The NAICS Code is 332999; size standard 500 employees. A firm-fixed price award will be made to the responsible offer or submitting the quote that provides the best value to the Government. All responses will be considered, but must be submitted IAW the statement of work. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply at http://www.ccr.dlsc.dla.mil. Responses to this notice shall be provided in writing via e-mail to A1C Rodolfo Diaz at rodolfo.diaz@randolph.af.mil or TSgt Jon Sanders at jon.sanders@randolph.af.mil no later than 14 September 2004, 2:30 P.M. (CT). Funds are not presently available for this contract. The Government?s obligation under a contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for a contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Ref: 52.232-18 -- Availability of Funds. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items which can be obtained at http://www.arnet.gov/far. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.204-6, Data Universal Numbering System; 52.204-7004, Required Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7007, Buy American Act-Trade Agreements- Balance of Payments Program; 252.227-7015, Technical Data?Commercial Items; and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Transfer. In addition, FAR 39.106 applies All Information Technology must be: (A) (1) Year 2000 Compliant; or (2) If non-compliant, items must be upgraded to be Year 2000 compliant. STATEMENT OF WORK COURTESY DOCK INSTALLATION - CANYON LAKE RECREATION AREA 1. DESCRIPTION: a. Scope: The Contractor shall provide all personnel, equipment, tools, material, transportation, and supervision to install one 8?x 40? courtesy dock with exposed polystyrene floatation, concrete deck, full perimeter deck level bumper with 2?x 6? treated board and white vinyl bumper, and shall include four, 4?x 40? approach bridge with tow floats between bridges adjacent to the existing boat launch ramp and four winches with cables extending to concrete anchors blocks, as designated by the Outdoor Recreation Director. b. Location: 781 Jacobs Creek Park Road, Canyon Lake, Texas 78133 2. PERSONNEL: Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of company or by wearing appropriate badges that contain the company name and employee name. The on-site government representative (inspector) will be Jay Whiston, (210) 389-3244. 3. QUALITY CONTROL: The Contractor shall insure that all work performed under this Statement of Work (SOW) meets the quality established in paragraph 9, General Tasks, and paragraph 10, Specific Tasks. 4. PHYSICAL SECURITY: The Contractor shall be responsible for safeguarding Government property associated with or affected by the required work. At the close of each work period, facilities, equipment and materials shall be secured. 5. HOURS OF OPERATION: Normal duty hours are Monday ? Friday, 7:30am to 4:15pm. 6. CONSERVATION OF UTILITIES: The Contractor shall instruct his employees in utilities conservation practices and shall be responsible for operating under conditions, which preclude the waste of Government utilities. 7. GOVERNMENT FURNISHED UTILITIES: The Government shall provide without costs to the Contractor, the utilities necessary (limited to water and electricity) to accomplish the tasks specified in this work description. 8. CONTRACTOR FURNISHED EQUIPMENT, PARTS, MATERIALS, AND SERVICES: Except for utilities, services and equipment specifically stated to be Government furnished, the Contractor shall provide all personnel, equipment, tools, transportation, and supervision required to install the courtesy dock adjacent to the existing boat launch ramp at the Canyon Lake marina. 9. GENERAL TASKS: a. The Contractor shall visit the job site to verify location, conditions, quantities and dimensions prior to starting work. The Contractor shall coordinate with the government representative prior to their visit to the job site. b. The Contractor shall confine operations at the site to the areas permitted by law, ordinances, permits, and contract documents and shall not encumber the site with any materials or equipment without prior written authorization. Subject to the prior written approval of exact location of each, the Contractor may be permitted to set-up an office/portable building, a similar job tool, trailer, and a waste dumpster in a location designated and approved by the government representative. The Contractor shall store his other materials and equipment at the site reserved by the government representative. The Contractor shall store his other materials and equipment at the site reserved by the government representative. The Contractor shall store his other materials and equipment at the site reserved by the Government representative at the end of each workday. c. The Contractor shall plan his operations so as to keep temporary work from blocking access to completed work. If, however, conflict with normal traffic access occurs, he shall provide temporary bypass routing until such temporary work is completed. d. Toilet facilities may not be available for use by Contractor?s personnel. e. The Contractor shall coordinate all of his operations with and secure written approval from the Contracting Officer before using any portion of the site. f. The Contractor shall be responsible for any cutting, fitting, or patching required to complete the work to ensure all parts fit properly. g. The Contractor shall take positive actions to prevent work-generated refuse from entering the lake, sewage, or storm drainage systems. Actions may include the installation of temporary plugs, screens, strainers, or similar measures to prevent entry into systems or other areas, as required. h. The Contractor generated refuse and waste shall be removed from the construction site daily to a disposal area to be selected by the Contractor, and shall be located outside the physical boundaries of the installation. This refuse and waste material shall be kept neat, orderly, and safe for workmen at all times. i. During the performance of the work within the requirements of this contract, and until final completion and acceptance thereof, the Contractor shall exercise the utmost care to avoid accident or injury to persons or property. The Contractor shall place and maintain all necessary barriers and safeguards, including watchmen, if necessary, about the work site for the prevention of accidents and shall take all precautions required to protect personnel and property to include the general public and properties adjacent to the work site. j. The Contractor shall provide a full time quality control function to assure the Contractor and the Government that all materials and workmanship are in strict accordance with industry standards and this SOW. Installation and materials shall conform to the requirements of applicable codes (OSHA, AFOSHA, CoE). The Contractor shall maintain adequate quality control capability regardless of the volume of the workload. All work performed by the Contractor shall be inspected and approved by the Government. Contractor?s warranty on all of his work shall comply with item 12, below. k. Upon completion of all work the Contractor shall request a final inspection. The Government shall inspect all work before acceptance. All work identified during the final inspection not meeting the criteria specified by this SOW shall be repaired by the Contractor at no additional cost to the Government. 10. SPECIFIC TASKS: a. Scope: Contractor shall provide, deliver and install one new 8? x 40? courtesy docks to be located adjacent to the boat launch ramp facility with an exposed polystyrene flotation, concrete deck, full perimeter deck level bumper with 2? X 6 ? treated board and white vinyl bumper, 4 ? 4? x 40? approach bridge with two floats between, and 10-cleats. b. Frame: Contractor will provide a 12? deep truss frame, made of 1 ?? x 1 ?? x 3/16? steel angle, hot dipped galvanized after fabrication. Courtesy dock width, 8?, will be made of 4? x 20? frames bolted together, side by side. c. Flotation: Contractor will provide 4? x 15? x 10? exposed polystyrene blocks, 1.25 PSF density, bolted to the single frame structure to ensure 100% flotation. d. Concrete Decking: Contractor will provide a 2? x 2? x ?? prefabricated panel with a smooth border and a textural surface. The panels are poured on site with high strength concrete and 4? x 4? x ?? galvanized steel wire mesh and fiber mesh. e. Anchorage: Contractor will provide four winches located on each dock with cables extending to concrete anchor blocks. f. Approach Bridge: Contractor will provide four 4? wide 40? long, with 42? high handrailand two floats between the bridges, galvanized, concrete decking, a 5th wheel at the joint between the bridge and the dock, and aluminum tread placing, at both ends of the bridge. g. Freeboard: Contractor will provide approximately 2 ?? above water line. g. Deck Level Bumper: Contractor will provide a full perimeter .40 CCA treated 2? x 6? Southern Yellow Pine board with 1? single lip, white vinyl bumper. h. Cleats: Contractor will provide each dock with 8 each, 10? Almag S cleats. 11. SUBMITTALS: None required for this contract. 12. WARRANTY: a. Construction: Contractors? standard workmanship warranty valid for 366 days after the final acceptance. This covers workmanship or every item. b. Materials: Standard one year warranty on materials, unless the specific product customarily is commercially warranted for a longer period. Contractor and his suppliers are responsible for identifying and documenting any longer warranties.
 
Place of Performance
Address: 781 Jacobs Creek Park Road, Canyon Lake, Texas 78133
Zip Code: 78133
Country: USA
 
Record
SN00668779-W 20040911/040909212046 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.