Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

Z -- Removal and Replacement of Window Operating Mechanisms

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC New London, Box 26 Naval Submarine Base - New London, Groton, CT, 06349
 
ZIP Code
06349
 
Solicitation Number
N62472-05-Q-6048
 
Response Due
4/15/2005
 
Archive Date
4/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The work includes the removal and replacement of window operating mechanisms and crank handles for approximately 488 windows BLDG 534 at the Naval Submarine Base, Groton, Connecticut. Work includes installation of heavy-duty top and bottom hinges that restrict the degree of opening. Additional information: (1) Windows are Fenestration aluminum windows FI-2000T (2) Casement windows ANSI/AAMA 101-88-C-HC90, (3) Hardware and weather sealing manufacture STD ? LH &RH DYAD operator (A. TRUTH); Dual locking handle ? inch (A. TRUTH) q-lon weather sealing; (4) 1 inch insulated glass; (5) Insect screens; (6) Receptor system at head and jamb; (7) 4.75 inch aluminum sill (exterior); (8) All windows dark bronze anodized and (9) Window type (7A) clear anodized. Hinges shall be 4 bar top and bottom, stainless steel with a 45 degree opening limiter. The NAICS Code is 238150 and has a Small Business Size Standard of $12.0 million. This acquisition is a 100% Small business set-aside. All prospective contractors must register in the Central Contractor Registration (CCR)database prior to award of a contract. QUOTES SHOULD BE FAXED TO Cathy Discordia at (860) 694-4565 or emailed to cathy.discordia@navy.mil NO LATER THAN CLOSE OF BUSINESS ON 4/15/2005. A SITE VISIT CAN BE ARRANGED BY CALLING CN1 Craig Schuller at (860) 694-4481 or by email at craig.schuller@navy.mil. A Blanket Purchase Agreement will be awarded as a result of this request. The government will only be obligated to the extent of authorized calls actually placed against the resulting agreement. All work performed and all services offered under this contract shall meet federal, state and local licensing, environmental and worker safety requirements. Various Department of Labor rates for work above $2,000.00 for construction and $2500.00 for service types work will apply. A copy of the pertinent prevailing wages will be provided as required. Additionally, changes, if any, in regulatory or reporting requirements will accompany each request for proposal so that the impact of such changes may be incorporated into the Contractor?s pricing proposal. Additional BPA information: 1.PRICING: The prices to the Government for all purchases made under this agreement shall be as low as, or lower than, those charged the Contractor?s most favored customer for comparable services under similar terms and conditions in addition to any discounts for prompt payment. 2.PRE-PERFORMANCE SITE VISIT AND FIRM FIXED PRICE QUOTE: Prior to the start of performance on any calls placed under this agreement, the Contractor shall conduct a site visit for the purpose of verifying existing conditions, project scope, dimensions and particulars of the ordered work. All pre-performance requirements necessary to conduct the work (i.e. moving cabinets, equipment or other preparatory work to be done by the Government, etc.) shall be relayed to the Ordering Officer along with a FIRM FIXED PRICE QUOTE in accordance with Paragraph # 1, PRICING. Quotations greater than or equal to $5,000 shall be itemized in detail and submitted in writing to the Ordering Officer. Projects priced over $2,500 will be competitively awarded to the lowest, responsive and responsible bidder. 3.PERMITS AND WORKMANSHIP: All materials and services rendered to the Government under this agreement shall be provided in accordance with current industry and trade standards. The Contractor shall, without additional expense to the Government, obtain all appointments, licenses, and permits required by the Ordering Officer. The Contractor shall comply with all applicable federal, state and local laws in performance of ordered work under this agreement. 4.INSPECTION OF SERVICES: When the delivery slip is received, all ordered performance items, materials and services shall be inspected by the Government for compliance with current industry and trade standards. The Ordering Officer shall provide the Contractor with oral or written notice of any defects in materials or workmanship within five working days. The Contractor shall correct such noted defects within 10 working days of notification at no additional cost to the Government. The Government may withhold payment for the call until all defects are satisfactorily corrected. If after five working days the Government has not notified the Contractor of any defects, the call will be considered ?ACCEPTED?, subject to paragraph # 5, WARRANTY OF SERVICES. 5.WARRANTY OF SERVICES: The Contractor shall provide a warranty for materials and workmanship for a period of one year after installation for all contractor furnished equipment, material and parts. The one-year term of the warranty shall begin upon the Government?s receipt of the delivery ticket at the completion of performance. The Ordering Officer shall give oral or written notice of any non-conformance defects to the Contractor within five working days from the date of acceptance by the Government. The Contractor shall be responsible for providing all materials, labor and supervision for correction of noted warranty deficiencies in accordance with current industry and trade standards. Warranty item corrections shall be completed within 10 working days of notification. 6.PLACE OF DELIVERY/PERFORMANCE: Delivery and/or performance instructions shall be provided on each call. Unless otherwise stated, the delivery term for supplies and services shall be F.O.B. Destination. 7.SITE CLEANUP: The Contractor shall be held reasonably responsible for returning the work site to its original state of cleanliness after completion of performance. Cleaning and finishing of adjacent areas affected by the call shall be included in the firm fixed price. 8.INSURANCE: The Contractor shall furnish the Contracting Officer a Certificate of Insurance as evidenced of the existence of the following insurance coverage in amounts not less than the amounts specified below: a. The Contractor shall procure and maintain, during the period or performance under this agreement, the following minimum insurance coverage. (1) Comprehensive General Liability: $500,000 per occurrence. (2)Automobile Liability: $200,000 per person $500,000 per occurrence $20,000 per occurrence for property damage (3)Workmen? s Compensation: As required by Federal and State worker?s compensation and occupational disease statutes. (4)Employer?s Liability coverage: $100,000, except in states where worker?s compensation may not be written by private carriers. (5)Other as required by State Law. b. The Certificate of Insurance shall provide for 30 days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned INSURANCE clause. c. Insurance certificates, which do not conform to the above, will be rejected. Insurance should include a statement substantially the same as the following: ?Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate holder named to the left.? 9.STATION REGULATIONS: The Contractor and his employees shall become acquainted with and obey all Government regulations as posted, or as requested by the Contracting Officer. 10.FIRE PROTECTION: The Contractor and his employees shall know where fire alarms are located and how to turn them on. The Contractor shall handle and store all combustible supplies, materials, waste and trash in a manner that prevents fire or hazards to persons, facilities, and materials. Contractor employees operating critical equipment shall be trained to properly respond during a fire alarm or fire per SUBASENLON Instruction number 11320.9C, SUBASE FIRE REGULATIONS. 11.SAFETY REQUIREMENTS AND REPORTS: a.Prior to commencing work, the Contractor shall meet with the Contracting Officer?s representatives to discuss and develop mutual understandings relative to the administration of the Safety Program. b.The Contractor?s equipment may be inspected periodically for OSHA and/or Navy violations. The correction of any violations will be the responsibility of the Contractor. The Contractor shall provide assistance to the Safety Inspectors and/or any Federal or State OSHA Inspectors id a complaint is filed. Any fines levied on the Contractor by the Federal or State OSHA offices due to any safety/health violations resulting from any contract action must be paid promptly. c.The contractor shall submit to the Contracting Officer, a full report of damage to Government property or equipment by Contractor employees. All damage reports shall be submitted to the Contracting Officer within 24 hours of occurrence. d.The Contractor shall report to the Contracting Officer, all accidents resulting in death, trauma, or occupational disease. All accidents must be reported to the Contracting Officer within 24 hours of occurrence. e.All work performed under this contract shall be performed in accordance with the guidelines provided by the latest version of the US Army Corps of Engineers Safety Manual, COE EM-385. f.The contract shall be aware that NO EMERGENCY MEDICAL SERVICES ARE AVAILABLE AT THE NAVAL SUBMARINE BASE OR THE NAVAL AMBULATORY CARE CENTER LOCATED ON THE BASE. 12.RADIOLOGICAL ACCIDENT (RADCON) DRILLS: RADCON drills are conducted about once every three months. Traveling throughout the Base is prohibited throughout the duration of the drill. The drills last from two to four hours. All personnel on the Base shall listen to the public address system for specific instructions. All costs associated with delays due to RADCON drills are the responsibility of the contractor. 13.ENVIRONMENTAL PROTECTION: a.The contractor shall comply with all applicable Federal, State, and Local laws, and with the regulations and requirements. All environmental protection matters shall be coordinated with the Contracting Officer. Inspection of any of the facilities operated by the Contractor may be accomplished by a representative of the Environmental Department, or authorized officials on a no-notice basis during normal working hours. In the event that a regulatory agency assesses a monetary fine against the Government for violations caused by the Contractor?s negligence, the Contractor shall reimburse the Government for the amount of the fine and any other costs. The Contractor shall be responsible for the cleanup of any releases to the environment, which result from the Contractor?s operations in accordance the SUBASENLON requirements. The contractor shall comply with the instruction of the cognizant Navy Medical Department with respect to the avoidance of conditions, which create a nuisance or which may be hazardous to the health of military or civilian personnel. b.The contractor shall be responsible for ensuring all equipment is maintained and operated in accordance with Federal, State, or Local air pollution regulations. c.Contractor personnel may be subject to Federal, State, Local, or SUBASENLON environmental regulations or instructions, e.g. vehicle inspection/maintenance program, base recycling programs. 14.NOTICE OF SECURITY REQUIREMENTS: a.The admission of foreign nationals is controlled by the Commanding Officer. Foreign nationals will not be admitted to Naval Submarine Base New London. Delays will be encountered each time entering the Naval Submarine Base due to security inspection of all contractor vehicles. b.An access list will be provided to the Contracting Officer listing the contractor's employees by name, social security number, date and place of birth, and whether the individual is a United States citizen. This list must be provided a minimum of 48 hours in advance of the requested admission. The list will be provided to the Temporary Pass Office of the Security Office and will include the duration of the approved access and whether lower base access is required. All employees who do not possess a badge will report to the Temporary Pass Office on Crystal Lake Road for admission processing and badge issuance. The contractor may add additional names to the listing with the proper 48-hour notice. c. CONTRACTOR EMPLOYEE IDENTIFICATION: Contractor employees must present a photo identification badge to the pass office to receive a badge. The contractor shall have the SUBASE CIVILIAN ACCESS APPLICATION forms available at the post award conference completed by each prospective SUBASE worker, prior to arrival at the Base, to expedite the processing of application for a Contractor's Identification Badge. The Contractor's Identification Badge, once issued, will be used to verify the Contractor's permission to enter the Naval Submarine Base. Upon termination of employment all badges must be returned to the Security Office, Naval Submarine Base within (1) day. d.Access to the job site will be restricted to normal duty hours, Monday through Friday. If work must be performed during other than normal hours the contractor must receive approval of the Contracting Officer a minimum of 48 hours in advance. The contractor should expect delays due to security inspections each time entering the base. e.No contraband may be brought aboard the Naval Submarine Base (i.e., alcohol, drugs, weapons, etc.). f.Personal vehicles will be permitted on the "Upper Base" only. Parking is limited and vehicles, which are parked illegally, will be removed at the owner's expense. g.The company name shall be displayed on each of the Contractor?s vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate and safety inspection sticker, if applicable, and shall be maintained in good repair. h.Contractors will be responsible for their deliveries. No delivery vehicle will be permitted to gain access other that between 8 a.m. and 3:30 p.m. unless arrangements have been made with the Contracting Officer and the Security Office. If a contractor is not available to accept delivery, the material will not be accepted.
 
Place of Performance
Address: Naval Submarine Base New London, Groton, CT
Zip Code: 06349
Country: USA
 
Record
SN00782311-W 20050407/050405212835 (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.