Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

Z -- Removal and replacement of metal roof

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, National Acquisition Center, Intech Two, Suite 100 6650 Telecom Drive, Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
Reference-Number-20012939
 
Response Due
8/12/2005
 
Archive Date
8/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Removal and replacement of a metal roof as follows: Department of Homeland Security Bureau of Customs & Border Protection Canine Enforcement Training Center GENERAL WORK STATEMENT The contractor shall furnish labor, materials, tools, and equipment to replace a metal roof on Building 83 at the Customs and Border Protection (CBP) Canine Enforcement Training Center (CETC), Front Royal VA. SCOPE OF WORK This scope of work is for the removal and replacement of a metal roof as follows: 1) Removal and disposal of existing metal roof 2) Cutting back of the eaves 4 to 6 inches 3) Install 30 lb felt underlayment 4) Installing a 1? x 8? fascia board 5) Installation of a 24-gauge pre-painted standing seam roof 6) Provide the dripedge, a vented ridgecap and hip caps 7) Provide, flash and paint 2 power exhaust fans on roof 8) Wrap the new fascia boards in white aluminum coil stock 9) Install boards for soffit 10) Install new white aluminum soffit and downspouts 11) Core out holes in face wall to attic area for ventilation 12) Install snowguards in matching roof color 13) Install 225? of 5? white seamless aluminum gutter in .032 gauge with hidden hangers 14) Install 70? of downspout, all cleats, fasteners and sealants NORMAL WORKING HOURS The contractor shall schedule his working hours to coincide with CBP?s hours of operation. QUALITY CONTROL PROVISIONS The Government will hold the Contractor responsible for any damage to Government property due to his/her failure to comply with specifications. The Contractor shall ensure that upon completion of this project all debris shall be removed from the property. INVOICING PROCEDURES Invoices shall be submitted in an original and one copy to DHS - Customs & Border Protection, National Finance Center address appearing in Block 21 of the Optional Form (OF) 347. To constitute a proper invoice, the following must be included: (1) name of business and date of submission; (2) employer?s Tax Identification Number or Social Security Number; (3) purchase order or contract number; (4) description, price, and quantity of items billed; (5) name, phone number and complete mailing address of Contractor/Vendor. PAYMENT The Contractor must register at www.ccr.gov. All payments are processed using Electronic Funds Transfer (EFT). Payment terms shall be NET 15. Progress payments are authorized. METHOD OF AWARD Award will be made to the responsive, responsible individual or firm offering the best price proposal to the Government. INSPECTION All services, workmanship and material furnished or utilized in the performance of this contract shall be subject to inspection by the Government at any time during the term of the contract. All inspections by the Government shall be made in such a manner as not to unnecessarily delay the Contractor?s work. The Contracting officer?s authorized representative is responsible for inspection of the Contractor?s work performance. BUREAU OF CUSTOMS & BORDER PROTECTION REGULATIONS The Contractor and his employees shall become acquainted with and obey all Government regulations as posted or as requested by the Contracting Officer. ENVIRONMENTAL PROTECTION The Contractor shall comply with all applicable environmental protection requirements. The Contractor shall comply with federal, state and local laws and with the regulations and standards regarding environmental pollution. All environmental protection matters shall be coordinated with the authorized representative. The Contractor shall comply with the instructions with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health of Government and Contractor personnel. DISPOSAL Debris, rubbish, and unused material resulting from the work under this contract will be disposed of off Government property. The Contractor will dispose of all hazardous waste in accordance with the Resource Conservation and Recovery Act and its? associated state and local regulations. SAFETY REQUIREMENTS AND REPORTS All work shall be conducted in a safe manner and shall comply with activity requirements. The Government will not provide safety equipment to the Contractor. The Contractor is to provide safety controls for protection to the life and health of employees and other persons, to prevent damage to property, materials, supplies and equipment, and to avoid work interruptions in the performance of this contract. The Contractor shall comply with all pertinent provisions as may be amended by the U.S. Department of Labor, Occupational Safety and Health Act (OSHA), Health Standards (29 C.F.R. 1910), and all local fire codes. The Contractor shall provide assistance to the federal or state OSHA Inspector if a complaint is filed. Any fines levied on the Contractor by a federal or state OSHA office due to safety/health violations will be paid promptly. The Contractor shall report to the authorized representative in writing all accidents resulting in death, trauma, or occupational disease. All accidents must be reported to the Contracting Officer within 24 hours of their occurrence. The Contractor shall submit to the authorized representative a full report of damage to Government property and/or equipment caused by Contractor employees. All damage reports shall be submitted to the POC within 24 hours of the occurrence. The Contractor shall provide all safety and protective equipment required to perform the duties specified as on this contract. All safety equipment shall comply with the applicable OSHA Safety Manual requirements and other applicable safety requirements. SECURITY REQUIREMENTS The Contractor shall comply with all activity security requirements. Neither the Contractor nor any of his/her employees shall disclose or cause to be disclosed any information concerning the operation of the activity which could result in or increase the likelihood of the possibility of a breach of the activity?s security or interrupt the activity?s operations. Disclosure of information relating to the services hereunder to any person not authorized to receive it, or failure to safeguard any classified information that may come to the Contractor?s attention, or to any person under his/her control in connection with the work specified under this contract, may subject the Contractor, his/her agents, or employees to criminal liability under 18 U.S.C. 75. All inquiries, comments or complaints arising from any matter observed, experienced, or learned as a result of or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, will be directed to the Contracting Officer. Deviations from or violations of any of the provisions of these security requirements will, in addition to all other criminal and civil remedies, provided by law, subject the Contractor to immediate termination for default. IDENTIFICATION OF CONTRACTOR EMPLOYEES The Contractor shall provide to the Contracting Officer?s authorized representative the name(s) of the responsible supervisor(s) authorized to act for the Contractor. The Contractor shall remove from the site any individual whose continued employment is deemed by the Contracting Officer to be contrary to the public interest, or determined to be inconsistent with the best interests of National Security. No employee or representative of the Contractor will be admitted to the contract site unless he/she furnishes satisfactory proof that he/she is a citizen of the United States, or, if an alien, proof of alien registration and/or work visa. PERMITS CBP will provide required building permits.
 
Place of Performance
Address: Customs and Border Protection, Canine Enforcement Training Center, 828 Harmony Hollow Road, Front Royal, VA
Zip Code: 22630
Country: US
 
Record
SN00854434-W 20050728/050726211535 (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.