Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

J -- Installation of Barbed Wire and Feild Wire fence

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
FA48414-05-T-0009
 
Response Due
8/24/2005
 
Archive Date
9/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Provisions for Fence Contract Avon Park Air Force Range, Florida TP- 01. SCOPE OF WORK: On either a Government-mowed or -disked right-of-way, using Government-provided materials, the contractor shall provide all labor and equipment to accomplish any or all of the following types of services: a. Construct field-wire fence. b. Construct 4-strand barbed-wire fence. c. Construct 5-strand barbed-wire fence. d. Install gates in fence at various locations. e. Construct fence braces as noted in Figure 1. TP-02. LOCATION OF PROPERTY: The Avon Park Air Force Range is located at the end of State Road 64, approximately 9 miles northeast of the town of Avon Park, Florida. All construction will take place on existing fence rights-of-way as noted on the attached map. TP-03. DESCRIPTION OF WORK: a. Barbed-wire Fence. The contractor will construct four- or five-strand barbed-wire fence adhering to the following specifications. Barbed wire will be spaced equal distance apart, starting 12" above ground to a height of 48". Line posts shall be 30' apart. Brace or pull posts will be placed every 1/4 mile, shall be placed 3 1/2 feet in the ground, and will be a single assembly consisting of 2 brace posts and a line post and a short perpendicular post to support the line post. Wire shall be attached directly to the brace assembly. Two wire stays will be installed equal distance between the line posts. Corner posts shall have single brace assemblies with 6" corner posts, 5" brace posts, 6 1/2' x 4" braces and 2 double strands of 9-gauge wire. Figure 1 depicts standard corner brace assemblies, line braces, and gate brace assemblies. Fence wire shall be stretched so that it is springy to the touch and tension curves are provided. Staples shall be nailed diagonally across the grain to avoid splitting. b. Field-wire Fence. The contractor will construct field-wire fence adhering to the following specifications. Field wire will be stretched starting at ground level to a height of 48". A single strand of barb wire will be stretched along the top of the field wire. Line posts shall be 15' apart. Brace or pull posts will be placed every 660 feet, shall be placed 3 1/2 feet in the ground, and will be a single assembly consisting of 2 brace posts and a line post and a short perpendicular post to support the line post. Wire shall be attached directly to the brace assembly. Corner posts shall have single brace assemblies with 6" corner posts, 5" brace posts, 6 1/2' x 4" braces and 2 double strands of 9-gauge wire. Figure 1 depicts standard corner brace assemblies, line braces, and gate brace assemblies. Fence wire shall be stretched so that it is springy to the touch and tension curves are provided. Staples shall be nailed diagonally across the grain to avoid splitting. Gates will be hung level and will not drag on the ground. Fence is to be constructed on a 30' cleared right-of- way provided by the Government. The fence will be constructed on the right-of-way as staked by the Government. TP-04. GENERAL REQUIREMENTS: a. The Installation Supervisory Rangeland Specialist shall contact the contractor 1 week in advance of needing the required service. The contractor shall contact the Specialist either in person or by telephone (863-452-4119, extension 305) prior to performing work under this contract. The Government will plan to provide the contractor at least 2 continuous days of work on the property. Correspondence concerning this contract can be addressed to Ronald S. Penfield, GS-12, Supervisory Rangeland Specialist, DET 1 18ASOG DET 1/ CEVN, 29 South Blvd. Avon Park Air Force Range, Fl. 33825. b. Construction can be conducted only Monday through Friday. c. To avoid any conflicts with other natural resources programs, endangered species, wetlands, or the flying mission of the Air Force, the Rangeland Specialist will plan and approve all work locations. Construction may be restricted to certain time periods to coincide with the natural resources management program or the military mission of the Air Force ranges. Work may temporarily be halted or the contract terminated if a conflict, deemed serious by the Base Rangeland Specialist, occurs or was unforeseen. d. All environmentally sensitive areas shall be avoided by all of the contractor's operations. The Base Rangeland Specialist will identify the boundaries of these sensitive areas prior to initiation of work. e. All work shall be accomplished by the contractor's personnel and with the contractor's equipment and materials. All equipment needed for fence-building operations shall be furnished, transported, and maintained by the contractor. Security of materials delivered to the job sites is the responsibility of the contractor. f. At all times when operations are in progress, the contractor shall have a representative readily available in the area who will be authorized to receive, on behalf of the contractor, any notices or instruction given by the Air Force in regard to performance under this contract. He shall also have a copy of the map and technical provisions on the site at all times. . The contractor is required to provide names and telephone numbers of the representatives of the contractor. TP-05. INSPECTION: All work is subject to inspection by the Air Force both during and after the contractor's operation. Unsatisfactory work shall be corrected promptly. TP-06. DAMAGE TO AIR FORCE PROPERTY: Extreme care shall be exercised to avoid damaging trees, shrubs, roads, bridges, culverts, fences, utility lines, buildings, or other structures. Any associated debris accumulated from the fence-building operations shall not be left in roads, trails, ditches, disc lines, or fire breaks. Air Force property damaged beyond normal wear and tear shall be replaced at the original condition as directed, at no expense to the Air Force. All repairs will be inspected and accepted or rejected by the Air Force. TP-07. FOREST FIRE SUPPRESSION: The contractor shall exercise due diligence both independently and in cooperation with the Air Force and will take all reasonable and practical action to prevent and suppress forest fires on the contract area or vicinity. The contractor agrees to reimburse the Air Force for the cost of fire suppression incurred as a result of his negligence and/or willful acts. All fires shall be reported immediately to the Base Rangeland Specialist. TP-08. EXAMINATION OF PREMISES: Bidders are expected to satisfy themselves as to the general location that may affect the cost of performance under this contract. It is considered impractical to determine by other means the exact nature of the work and site conditions under which the work is to be performed. The submission of a bid will be considered as certification that the site has been inspected and the nature of work and the effects of existing and/or adjacent work have been determined. Inspection of the sites is invited between 8:00 AM and 3:00 PM, Monday through Friday (legal holidays excluded), by arrangements with the Base Rangeland Specialist, telephone (863-452-4119, extension 305). TP-9. TRASH AND REFUSE: Trash and refuse resulting from the contractor's operations shall either be removed daily and disposed of on the installation at locations and in a manner as directed by the Base Rangeland Specialist or be carried out by the contractor. No trash of any sort shall be left on the ground at the end of the day. TP-10. UNEXPLODED ORDNANCE: The contractor is cautioned that unexploded ordnance and unburned flares may exist within the contract areas. Prior to the contractor commencing any work on the property, the contractor and all of his employees that will be working on the property must attend an Explosive Ordnance Briefing. The contractor shall assume full responsibility for such property and shall discharge the Government from any and all damages directly and indirectly resulting from such property. The contractor also agrees to hold the Government harmless from any and all claims arising there from or incident thereto. When found, these objects shall not be tampered with or removed. The contractor shall immediately report these findings to the Base Rangeland Specialist so proper identification and disposal can be made by the Government. TP-11. COMPLETION: a. The Base Rangeland Specialist shall notify the Contracting Officer when all operations required under this contract are satisfactorily completed. In the event that the contractor is unable to complete all work required under this contract, the Rangeland Specialist may, if in his opinion the contractor made diligent effort to complete the work, recommend an extension of the contact as specified in Paragraph TP-03c. b. All equipment, supplies, etc., belonging to or used by the contractor or subcontractor shall be removed from the Avon Park Air Force Range within 10 days after completion of work. Rent will be charged at the rate of $20.00 per day per piece of equipment after the 10-day period has expired. The contractor shall also reimburse the Air Force for the removal of supplies, etc., left by the contractor after this 10-day period. TP-12. ACCESS: The Avon Park Air Force Range is located 9 miles east of Avon Park on State Road 64, which is the normal means of access. TP-13. TASK ORDERS AND INVOICES: Each invoice shall submitted under Wide Area Work Flow procedures. The Contractor shall submit paper copies of invoices for all reimbursable(s).
 
Place of Performance
Address: Avon Park Air Force Range, Avon Park, Fl, ,
Zip Code: 33825
Country: USA
 
Record
SN00870576-W 20050817/050815212048 (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.