Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

78 -- Repair/Refurbishment/Replacement of Obstacle Course

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H9224405R0081
 
Response Due
9/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
EFFECTIVE IMMEDIATELY, THIS REQUIREMENT IS HEREBY CANCELLED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal, solicitation number is H92244-05-R-0082, and a firm fixed price contract is contemplated. The Naval Special Warfare Development Group (NAVSPECWARDEVGRU) has a potential requirement to procure the following: CLIN 0001 Repair, Refurbishment and Replacement of NAVSPECWARDEVGRU Obstacle Course in accordance with the following performance based statement of work: Description of Current Course. There are no records of date of construction but the course is at least fifteen (15) years old with adhoc repairs made over the years. The telephone poles are in good shape and may or may not be practical for reuse on new events. Most of the other materials will need to be replaced. Limits of Construction. No trees will be cut down but tree limbs may be trimmed as needed. The open area between the canals, the tree line in the rear (near fenced area), and the area around the entrance are the border limits of this course; no construction is authorized outside of this area. A NAVSPECWARDEVGRU representative will walk the perimeter area with vendor prior to start of construction to avoid misunderstanding. During construction, the workmen will limit their activities to the immediate area when not in transition from the entry control point to the obstacle course. Required Standards. The US Army Training and Doctrine Command (TRADOC), Regulation 350-6 and Association of Challenge Course Technology (ACCT), or err on the side of safety. The general requirements of all events and trail ways are as follows: All materials used in this project will be of the highest quality and able to withstand years of exposure to the elements. Soft material (ropes, nets, etc.) must be usable and safe for a minimum of three years (at which time these components will be replaced). All wood products will be treated for outdoor use and made to last for a minimum of twelve years. All treated materials will meet minimum safety standards for human use. All metal products (nails, screws, bolts, hangers, etc) will either be galvanized or stainless-steel. All events will be built in accordance with construction standards were the loads (platforms, crossbeams, etc) is transfer to the ground and not on bolts or screws ? the loads will rest on notches on log or on top of posts. The typical weight to be expected on any one event is 750 pounds (three people) and each event is required to have a minimum of 5:1 load rating (3,750 lbs or better) for safety. The primary pathway (event to event) will be lined in a wood border and filed with a minimum of four inches of wood mulch. The area around the events where a fall may happen will be filled with rubber mulch, and all areas that a fall are likely to happen will have a fall arrest device (net, crash pad, etc). Because each event is different, some minor exceptions are authorized as long as they meet required standards. Event #1 (Parallel Bars). New event at the start of the course ? similar to the one at the Naval Amphibious Base Little Creek. A set of approximately 16 foot parallel bars ascends to three tiers. The bars start at three feet high and should width apart then ascent to the first and highest tier. The highest tier will be eight feet tall with each subsequent tier one foot lower ? each tier is four feet long. Support post of wood with wood mulch underneath the event. Event #2 (Five Pole Vault/Dirty Name). Currently, there are five vaults in place. Remove the last two vaults to make room for the dirty name event. Dirty name built in accordance with TRADOC Reg. 350-6. Past the dirty name two vaults will be added to the end mimicking the first two existing vaults. Wood mulch added under vaults and rubber mulch under dirty name. Event #3 (Rope Climb/Descending Platforms/Balance Beam). Using existing logs, replace the platform and cross beam. Replace current rope with 1.5 hemp climbing rope and have rubber mulch underneath. Balance beam to be bolted to new cross support beams at each end and one in the middle. Event #4 (Vertical Walls). Using the existing logs, replace all boards and cap each event. Fill in ruts on back side and cover with wood mulch on both sides Event #5 (Rope Climb and Descent). Using existing logs, replace face with tongue and groove planks on both sides with a cap on top. Existing metal cross beam replaced with pole spar arm and replace existing rope with 1.5 inch hemp rope. The area around the wall with has rubber mulch added for fall protection. Event #6 (Skyscraper/Slide for Life). This is one of two major events where safety is of primary concern; safety will not be compromised). Complete replacement of existing event with one built IAW TRADOC Reg. 350-6 (pages 91 and 92). This 40 foot tall hybrid event will combine two obstacles (skyscraper and slide for life) from Reg. 350-6. This event will have a safety net about ? of the length of the slide rope (following down the ropes angle) ending where the height of the rope is less than eight feet. This event will have rubber mulch under the entire slide and crash pads at the base of the tower. Due to the scope of this event, a NAVSPECWARDEVGRU representative will be available to answer questions and provide details during construction. Event #7 (The tough one). New event built in open space (path) adjacent to Event #6 to be built in accordance with TRADOC Reg. 350-6 (page 89). Rubber mulch will be spread under and around the event while crash pads will be located in the primary fall zone. Event #8 (Monkey Bar/Tarzan). Using existing poles, the approach side of the event will have a balance beam added similar to ?The Tarzan? in TRADOC Reg. 350-6 (page 92). The balance beam will be with a flattened ?Z? in order to stay on path. The log beam will be about three feet off the ground; each leg should be approximately ten feet. The monkey bar portion will be raised to level at the approach end. Wood mulch will be used underneath. Event #9 (Incline Walls). Existing event will be removed and replaced with three inclined wall built in accordance with TRADOC Reg. 350-6 (page 94) spaced about eight to ten feet apart with wood mulch around. Event #10 (Vertical Net Climb). This is one of two major events where safety is the primary concern; safety will not be compromised. Current event will be replaced with a 35 foot hybrid version of the typical ?cargo net? climbing tower and uses the same safety features as the one at the Naval Amphibious Base Little Creek. The change from that event is the ?A? frame vertical posts ? two posts per side to support the inverted ?V? net keeping the net taunt with the help of tensioning cables. The v-net is slightly declined to allow a falling climber to in effect slide down the net thus slowing the fall. The net tapers outward at the bottom becoming a catch net and effectively absorbing the climbers fall. Event #11 (Balance Beam/Swing, Stop and Jump). This event is repaired/restored to original condition. The improvements will include cross beam, timber pegged or through bolted and the platform built to meet general requirements. The balance beam will be bolted mounted at both ends. Rope replaced with 1.5 inch hemp and rubber mulch spread on swing area. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05, effective as of 27 July 2005. North American Industrial Classification Code (NAICS) 423910, size standard 100 employees applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO. FOB point is destination. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items (January 2005); FAR 52.212-2 Evaluation Commercial Items (January 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (March 2005). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also, included are DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (June 2005) which should be completed and submitted with the proposal. The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO; FAR 52.212-4 Contract Terms and Conditions Commercial Items (October 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (July 2005); DFARS 252.212-7001 Buy American Act and Balance of Payments Program (September 2005); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (June 2005). A site survey shall be conducted at NAVSPECWARDEVRU, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 on Tuesday, 20 September 2005 at 10:00am Eastern Standard Time (EST) for interested parties. Point of contact for scheduling site survey is John Hulett at jhulett@mail.nswdg.navy.mil. Please copy Christine Anderson at canderson@mail.nswdg.navy.mil with site survey request. Visitor request shall be submitted to include the following information: 1) Name(s) of Visitor; 2) Company Name; 3) Phone Number; 4) Last Four Digits of Social Security Number; 5) Date of Birth; 6) Make and Model of Vehicle. Visit requests shall be submitted no later than Monday, 19 September 2005 at 12:00pm Eastern Standard Time (EST). Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. All communications regarding this procurement INCLUDING all requests for additional information must be in writing and submitted via email to Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be in company format and sent to the attention of Christine Anderson at canderson@mail.nswdg.navy.mil or by fax at (757) 492-7954. Offers must be received at NAVSPECWARDEVGRU, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00pm Eastern Standard Time (EST) on 23 September 2005. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) website at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00894366-W 20050915/050913213040 (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.