Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2005 FBO #1151
MODIFICATION

Z -- Building Renovations

Notice Date
1/18/2005
 
Notice Type
Modification
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-R-0706
 
Response Due
2/23/2005
 
Archive Date
3/2/2005
 
Description
PART I - STATEMENT OF WORK SW-1. SCOPE OF WORK AND LOCATION: 1.1 Scope of Work: The work to be performed under this contract consists of furnishing all; materials, equipment, supplies, supervision, labor and transportation, including fuel, power and water (except any materials, equipment, utility, or service, if specified herein to be furnished by the Government), in strict accordance with this Performance Specification. The following ?description? is by no means all inclusive as to the possible extent of the work to be accomplished pursuant to this contract, but rather a glimpse of the types of tasks that the open end carpentry contractor shall be required to perform during the duration of this contract. The work to be performed includes, but is not limited to the following items: all carpentry, mechanical, electrical, structural, exterior work, and utilities, and building systems items. The contractor shall accomplish the following dollar amount $50000 in the time frame specified contract duration or period of performance, one year, not withstanding inclement weather conditions or availability of materials. 1.2 Location: The site of the work is ARDEC, Picatinny Arsenal, which is located approximately five miles from Dover, Morris County, New Jersey. SW-2 WORKING HOURS: 2.1 The intent of this contract is to assume that the majority of the tasks to be performed shall be accomplished during NORMAL WORKING HOURS. Normal working hours are defined as Monday through Friday from 0730 to 1600. No work will be permitted on; Saturdays, Sundays, Government Holidays, the day after Thanksgiving, or the week between Christmas and New Year, unless so authorized by the Contracting Officer (KO). 2.2 Under certain circumstances where the Contracting Officer deems it necessary to minimize the impact on Government activities, the contractor shall perform the directed tasks on other than normal working hours as specified by Contracting Officer?s Representative (COR). SW-3. RESPONSIBILITY OF THE CONTRACTOR: 3.1 The Scope of Work (SOW) as stated in (SW-1)(1.1) of this contract is to be considered an outline of the work to be performed. It is not intended for this outline to limit the responsibility of the contractor to perform all work and furnish all; materials, equipment, supplies, supervision, labor and transportation, including fuel, power and water (except any materials, equipment, utility, or service, if specified herein to be furnished by the Government) as required by these specifications 3.2 Any and all deviations from the individual contract drawing(s) and/or specifications shall be proposed in writing to the Contracting Officer in advance of the actual work, and such deviations shall be subject to the approval of the Contracting Officer before any such work is started. 3.3 The contractor shall coordinate his schedule of work under all task orders with appropriate government personnel. In addition, the contractor shall provide adequate and proficient supervision throughout all phases of work. The contractor shall, prior to starting work on any task order, submit to the Contracting Officer for approval shop drawings and manufacturers? technical information (brochures, tests data, certifications) to indicate compliance with these specification requirements. 3.4 The contractor shall also submit for approval a detailed construction progress chart of the major phases of work to be accomplished under each task order. Such progress chart shall be submitted to the Contracting Officer five working days prior to the commencement of work. 3.4.1 Any deviations to this progress chart must be approved by the Contracting Officer, and submitted within one working day from the date of deviation. 3.5 The contractor shall be responsible for securing all applicable ARDEC Safety Office and Fire Department permits and approvals prior to starting the work. SW-4. CONFORMITY WITH PRINCIPAL FEATURES, DRAWINGS AND SPECIFICATIONS: 4.1 All work performed and all materials furnished shall be in conformity with the materials and workmanship requirements shown on the individual task order drawing(s), or as indicated in the performance specifications of each task order. The general outline of principal features provided with each task order is not intended to be complete or all-inclusive. Accordingly, said outline of principal features shall be construed as an aid of, and supplemental to, the specific work requirements to be performed by the contractor. The outline of principal features shall, in no case, limit, impair, or decrease the responsibility of the contractor to perform all work and furnish all labor, materials, plant, equipment, tools, appliances, transportation, and supervision required by the drawing(s) and performance specifications. 4.2 The drawing(s) and performance specifications for the contract have been prepared with care and are intended to show as clearly and as practicable the work required to be done. The contractor shall realize, however, that construction details cannot always be accurately anticipated and, that in executing a task order, field conditions may require reasonable modifications in the details of the materials and workmanship shown on the drawing(s). Work under all parts of the contract documents shall be carried out to meet these field conditions to the satisfaction of the Contracting Officer, or in accordance with the instructions issued by the Contracting Officer. 4.3 The task order drawing(s) do not show all offsets, fittings and accessories that may be required. The contractor shall investigate the structural and finish conditions affecting the work, and the contractor shall furnish all such fittings and accessories as may be required at no additional cost to the Government. The contractor shall determine interfaces and coordinate with work being performed under other sections of the specifications, or by other trades. The contractor shall make all the necessary connections and modifications to mechanical and electrical work for complete and operable systems. 4.4 The contractor shall visit the premises and thoroughly check all details of work and working conditions; verify all dimensions in the field; and advise the Contracting Officer in writing of any discrepancy before ordering material and equipment, or before performing work on the task order. The contractor shall be responsible for the coordination and proper relation of this work to the site, the structure, the building and to the work of all trades. The contractor is responsible for transporting and disposing all non-salvageable material off post. The cost of transporting and disposal of these non-salvageable materials shall be considered as part of the demolition line items, with no additional cost to the Government. SW-5 GENERAL INFORMATION: This section consists of the following documents that shall be used when calculating labor and material costs in the execution of work under this contract. 5.1 R. S. Means Facilities Construction Cost Data, 2004 (FCCD-2004), which shall be furnished by the contractor for use during the contract base year. Updated editions of this pricing data book shall be furnished by the contractor for the succeeding option contract year, if exercised. (Example): contract first year = R. S. Means Facilities Construction Cost Data, 2004; contract option year = R. S. Means Facilities Construction Cost Data, 2005. 5.1.1 R. S. Means Facilities Construction Cost Data 2004 and subsequent contract option year R. S. Means Facilities Construction Cost Data 2005 shall be the sole basis utilized when determining: a). The specific trade crew and crew designation number when performing a specific task as required in each individual task-order. b). The daily output in percentage of each unit of the specific trade crew per specific task that is performed in each individual task-order. c). The labor hours required by the specific trade crew to complete the installation of the unit quantity when performing the specific unit task as required in each individual task-order. d). The number of unit quantities that the specific trade crew daily output and labor hours will allow to be accomplished. e). Each material cost shall be determined by adjusting the national average by the specific location of Dover, New Jersey; by multiplying the base national average material cost by the Dover, New Jersey material adjustment factor and dividing by 100. 5.1.2 All wage rates, for labor hours determined pursuant to section 5.1.1 (c), shall be in accordance with the Davis-Bacon Wage Determination wage rate and fringe benefit percentage for the specific worker classification in the specific trade crew designation number. The most current Davis-Bacon Wage Determination schedule dated 05/07/2004 shall be utilized for determining wage rates and fringe benefits during this contract until a modification to the Davis-Bacon Wage Determination schedule is issued. 5.2 R. S. Means Facilities Construction Cost Data identifies specific unit quantities, labor hours, daily output and trade crew(s) to accomplish various types of construction tasks that are applicable to this contract. The type(s) of construction task(s) identified in the following sections of the R. S. Means Facilities Construction Cost Data shall be utilized for calculating labor hours and material costs in the execution of work performed pursuant to each task-order to be issued under this contract PART II - GENERAL CONDITIONS 1. SAFETY AND SAFETY PERMITS: 1.1 The contractor shall be responsible for compliance with applicable Occupational Safety and Health Administration (OSHA) standards. Additionally, the contractor shall be responsible for the safety and occupational health of his employees, including any subcontractors. 1.1.1 U. S. Army safety and health responsibilities for contractor operations on Department of Defense (DOD) property are limited to those actions which ensure the protection of DOD-owned equipment, production base, government property, on-site DOD personnel and the public. Army safety officials have the authority to direct contractor activities whenever a condition exists which presents imminent danger to Army personnel or property. In all other situations, safety inspection findings are forwarded to the Contracting Officer or Contracting Officer's Representative (COR) for resolution with the contractor. 1.2 The provisions of Corps of Engineers Manual, EM 385-1-1, (latest revision) are applicable. 1.3 Safety Permits are required prior to performing maintenance, repair, or construction operations in the following situations or where deemed necessary by the Contracting Officer. 1.3.1 For work in, on, or around buildings, areas, equipment, or operations where explosives, propellants, or other dangerous materials are located. Dangerous materials include; radioactive materials, x-ray equipment, lasers, microwave sources, acids, fuels, oxidizers, flammables, sewage, toxic materials, explosive and propellants. 1.3.2 For work in areas not covered above, but involving any of the following: 1.3.2.1 In confined spaces (i.e., pits, tanks) and unventilated rooms or spaces where concentrations of noxious vapors or gases may be present or suspect. 1.3.2.2 Work on energized electrical circuits requires written Standing Operation Procedure (SOP) except where ARDEC electricians or linemen are working in accordance with paragraph 6-7 AMCR 385-100.7 1.3.2.3 On fenced enclosures of transformer stations or transformer vaults. 1.3.2.4 Operations of gasoline, LP gas, or other type fuel powered equipment within buildings, except for maintenance of vehicles in service garages. 1.3.2.5 Blasting operations. 1.3.2.6 Controlled burning by special authority. 1.3.2.7 Extreme temperature exposures (above 120 degrees F., and below -10 degrees F.) 1.3.2.8 Use of silver solder containing cadmium. 1.3.2.9 For work being performed in occupied areas during normal business hours. 1.3.3 The contractor will contact the safety office at least 24 hours prior to the start of the project and request the issuance of a safety permit. The COR, prime contractor and subcontractor (if applicable) will all sign the permit, as required, upon issuance. 1.3.4 All contractors doing work which requires a Safety Permit must assign at least one person who has completed a Red Cross approval first-aid course at each work site whenever work is in progress. In addition, a first-aid kit shall be provided on each job site. Safety Permits will not be issued for any operation until the contractor has attended the required Safety Briefing. 1.3.4.1 During the Safety briefing, the prime contractor has the responsibility of asking for and obtaining all available information relative to estimated "hazards in the areas? associated with the contract work. 1.3.4.2 Safety briefings of subcontractors shall be done by the prime contractor. 1.3.4.3 The contractor shall understand that if the contract effort falls within the criteria called out in paragraph 2, "Safety Permits". Work cannot commence until; a safety briefing is held, a safety briefing is waived by the Safety Office or a Safety Work Permit is issued. 1.3.4.4 In confined spaces, the contractor shall be responsible for all necessary monitoring equipment in the performance of the work. This cost shall be included in the contractor?s coefficient. 2. PROTECTION OF MATERIAL AND WORK: The contractor shall, at all times, protect and preserve all materials, supplies, and equipment (including property which may be government furnished or owned) and all work performed. All reasonable requests of the Contracting Officer to enclose or specially protect such property shall be complied with. As determined by the Contracting Officer if any; materials, equipment, supplies, and work performed are not adequately protected by the contractor, the government may protect such property and the cost thereof may be charged to the contractor or deducted from any payments due to him. 3. AVAILABILITY OF EM 385-1-1: 3.1 A copy of Corps of Engineers Manual, EM 385-1-1, (latest revision) will be made available upon request to the Contracting Officer. 3.2 It is the offeror's responsibility to assure that his offered price(s) for the supplies or services required by the solicitation include the cost for complying with the applicable portions of EM 385-1-1. 4. SECURITY - SECURITY AUTHORIZATION: Security restrictions and security authorizations (if required) will be discussed and clarified at the Safety/Security Briefing. The Security Division will not issue security authorization until proof of Safety Briefing is documented by the contractor's copy of "Certificate of Safety Briefing." (This is furnished to the contractor upon completion of the briefing). See Numbered Note 6: The proposed contract is a Total Small Disadvantaged Business Set Aside.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-R-0706)
 
Record
SN00736220-W 20050120/050118211857 (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.