Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
MODIFICATION

80 -- Reseal, Restrip and Repair Ground Loop

Notice Date
9/11/2007
 
Notice Type
Modification
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSBP1007Q1352
 
Response Due
9/12/2007
 
Archive Date
9/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION 3 EXTENDED due date to September 12, 2007 at 3:00 PM Central Time. END OF MODIFICATION 3. ************************* The Customs and Border Protection, U.S. Border Patrol, Laredo Sector has a requirement for Reseal, Restrip and Repair Gate Ground Loops and set in Concrete at the Laredo North Station Parking Lot at 11119 McPherson Road, Laredo, TX 78045. This requirement is being awarded under FAR Part 13 and will result in issuance of a purchase order. This solicitation is being issued as a Request for Quote. Quotes are being requested and written solicitation will not be issued. The request for quote number is HSBP1007Q1352. This requirement is solicited as a TOTAL SMALL BUSINESS set aside. NAICS code is 238320. One firm-fixed price order is anticipated to be awarded as a result of this request for quote. ?????????? CLIN 0010 Labor and materials to reseal and restrip parking lot and repair gate grounds loops and set in concrete at Laredo North Border Patrol Station in accordance with the attached Statement of Work. $__________________________________ Central Contractor Registration (CCR) applies to this acquisition. Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-009. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.232-1 Payments; 52.232-8 Discounts for Prompt Payment; 52.233-1 Disputes; 52-243-1 Changes ? Fixed Price Alternate II (APR 1984); 52-247-34 F.O.B. Destination and 52.249-1 Termination for Convenience of the Government. Wage Determination dated February 9, 2007, #TX070118-TX118 applies to this acquisition and is made available upon request. QUOTES DUE DATE Quotes are due by September 4, 2007 at 3:00 PM Central Time. All responsible sources may submit a response via email to: patricia.pequeno@dhs.gov; or fax to (956) 764-3272 or mail to 207 W. Del Mar Blvd, Laredo, TX 78041 ATT: Patricia Pequeno, Procurement. Questions regarding this requirement should be forwarded to Patricia Pequeno via email or via phone @ (956) 764-3282. See Statement of Work below: SCOPE OF WORK FOR LAREDO NORTH STATION RESEAL AND RESTRIPE PARKING LOT AND REPAIR GATE GROUND LOOPS AND SET IN CONCRETE PROJECT Intent: To re-seal, 18,935 square yards of traffic area and re-stripe 493 parking slots, four will be handicap parking, and 2,037 liner feet of painted island, and 3,459 liner feet of fire lane with stenciled lettering every fifty (50) feet. 128 car stops will be painted and stenciled, and replace the main gates ground loops by re-install them imbedded in a new concrete slab next to the gates, the slab size will be 32? by 40?. Background: The parking lot at the Laredo North Station (LRN) is faded and showing the early signs of surface distress. Re-sealing the LRN parking lot now will extend the life and improve the appearance of the parking lot. The asphalt in the area around the main gates is deforming due to extreme heat, the safety ground loops will eventually break and leave the gates non-operational. Project Description: To completely sweep and re-seal the LRN parking lot (all asphalt and concrete traffic areas owned by the U.S. Border Patrol at this site) with a black colored catalyzed rubber, polymer and coal tar asphalt pavement sealer. Re-striping of the parking lot will be with yellow as the primary color and other colors such as red, blue white and others, as needed to mark such things as the fire lane, and handicap parking. The paint will be chlorinated rubber traffic zone paint. The area of the new slab for the gate safety ground loops (32?x40?) around the ground loops for the main entrance and exit gates will be dug up and replaces with six (6) inches of base compacted to 95% maximum dry density and six (6) inches of 3000 pound per square foot in twenty-eight (28) days concrete and new ground loops for the gates will be imbedded in the concrete. General Requirements: Contractor will be responsible for the purchase and installation of all materials. All materials used by contractor will be new. The contractor is responsible for the cost of repairing or replacing all Government and other property that is damaged by the prime contractor or any of its subcontractors. The contractor will locate all underground utilities, lines, etc. The contractor is responsible for repairing at his cost all items damaged below grade during any excavation. All health and safety standards will conform to OSHA regulations 29 CFR 1910 and 1926. The contractor will maintain liability insurance to cover injuries of its own employees as well as injuries to 3rd parties as a result of activities carried out by the prime contractor and his sub contractors. The contractor will provide written proof of liability insurance upon request from the COTR. All work will meet or exceed municipal, Local, State, and National, (NEC, FCA, IEEE, NEMA, ANSI), codes and standards that apply. All items will be installed and work completed according to manufacture recommendations, and consistent with work prepared at the journeyman and craftsman level. To have a proposal considered for award, Contractor shall perform a site inspection to study and ascertain size, amount, and type of materials required and observe the sites general layout. Arrangements to visit the project site with the COTR/APOC will be made with the COTR/APOC forty-eight (48) hours in advance. This is a turnkey project, all-inclusive single source of equipment materials and installation. The contractor will coordinate with the COTR/APOC to schedule, all work, estimated down times, and other items that may affect operations of the LRN Station. All equipment and or materials will meet or exceed specifications listed in the specific requirements section below. Preliminary Design: Contractor shall submit a basic concept and proposed plans and preliminary construction details, staying within this Scope of Work. This submittal shall include cost estimates and outline specifications (cut sheets). Basic fieldwork will have been completed by the contractor to aid in submitting and developing the design to the existing conditions. Contractor will supply two (2) each 11? x 17? bound sets of prints for all of the preliminary/final design/plans/schedule to the COTR for review purposes during the design/plan development. Contractor will supply two (2) each 11? x 17? bound sets, final as-build?s drawings to the COTR with the proposal. Drawings shall include: existing, demolition, and proposed site plans. Plan views, elevations, grading, electrical, and plumbing, security system, intrusion detection system, and any various details should also be provided. SITE VISIT Contractor shall perform a site inspection to study and ascertain size, amount, and type of materials required and observe the sites general layout. Contractors must make this request in writing by Wednesday, August 29, 2007 via email to: patricia.pequeno@dhs.gov or fax (956) 764-3272. Site visit is scheduled for Thursday, August 30, 2007 at 11:00 AM at the Laredo North Border Patrol Station located at 11119 McPherson Road, Laredo, TX 78045. Point of Contact will be Dwayne McGee, Maintenance Supervisor. SPECIFIC REQUIREMENTS Asphalt Re-Seal: ? All asphalt and concrete areas will be re-sealed. ? The re-sealer will meet or exceed all specification of Specialty Technology and Research, (STAR), Star-Seal Supreme? asphalt pavement sealer. ? All areas scheduled to receive re-sealing will be swept and prepped as per asphalt pavement sealer supplier?s recommendations. Such as the Specialty Technology and Research, (STAR), Star-Seal Supreme ? asphalt pavement sealer premium grade asphalt pavement sealer system detailed application specification ? The asphalt pavement sealer will have an extraordinary degree of toughness and water repellency. The asphalt pavement sealer will be produced by hot blending of catalyzed rubber and polymers with a refined coal tar, to enhance its toughness, flexibility at all temperatures and resistance to gasoline, oil, chemicals, and deicing salts. ? Other features of the asphalt pavement sealer will be longevity and flexibility of the fully cured film. Toughness. Fast drying time. Uniform dark charcoal/dark slate color of the finished project. Ability to bridge over minor surface (non-working) cracks in the pavement. Resistance to re-emulsification in the presence of deicing salts. Resistance to gas, oil, fat, chemicals and ultraviolet degradation. ? Physical properties and constants of the asphalt pavement sealer will meet or exceed the following, and all Federal specifications of RP-355e, (1) Solids, % by weight, 50% Min. (2) Ash, % of solids by weight, 36 ? 38%. (3) Solubility of Non-volatiles in Carbon disulfide, 29 ? 31%. (4) drying time, (hours) to touch, 1 hour, fully set in 6 hours. (5) color upon drying, dark charcoal/dark slate color. ? Coal Tar Pitch Emulsion must meet or exceed ASTM D 5727-00, Standard Specification for Emulsified Refined Coal Tar (Mineral Colloid Type), U.S. Air Force and FAA requirements. The Coal Tar Pitch Emulsion shall also be in compliance with ASTM Specification D 3320-90. and when tested in accordance with the following: ASTM standards. D 2939 ? 98, Bituminous Base Emulsions for use as Protective Coatings. D 490 ? 92, Standard Specification for Road Tar. D140 ? 98, Sampling of Bituminous Materials. D 529 ? 82, Recommended Practice for Accelerated Weathering Test of Bituminous Materials. D 1655 ? 85, Aviation Turbine Fuels. D 95 ? 83, Standard Test Method for Water in Petroleum Products and Bituminous Materials by Distillation. ? Application of the asphalt pavement sealer. Coverage rates- See 1st 2nd and 3rd coats below. Coverage rates may vary depending upon the porosity and texture of the pavement surface. Dilution, there will be no dilution of the asphalt pavement sealer. Aggregates Addition - Clean silica sand or synthetic aggregates with average grain fineness between 50 - 70 shall be added for increased traction and textured appearance. Method - Mechanical or spray applicators, brush or squeegee is permitted. 1st coat: asphalt pavement sealer will be with 4-5 pounds of aggregate per gallon of concentrated (undiluted) sealer. Coverage rate - 0. 10 - 0. 12 gall*/square yard. 2nd coat: Composition same as for 1st coat. Coverage rate -0.09 - 0.11 gall/square yard. 3 rd coat: No aggregate added. Coverage rate - 0.08 - 0.10 gall/square yard. All the Coverage Rates are expressed as gallons of concentrated sealer (undiluted). ? Asphalt pavement sealer weather application limitations. Surface and air temperature will be a min. 50 degrees F. and rising. Do not apply on rainy, foggy, and extremely humid days, or when rain is in the forecast within 24 hours. Dampen the pavement with a fine mist of water if the pavement temperature is over 100 degrees F., to facilitate even spreading. Do not allow the water to puddle on the surface. Paint and Finish: ? The re-striping of the parking lot will take place after the re-sealer is applied and completely cured and before traffic is allowed back on to the asphalt. ? All re-striping paint will be chlorinated rubber traffic zone paint will be used and will be applied with a machine sprayer. ? Striping plan, colors and stencils used will be created by the contractor and approved by the COTR before any work is done on the project. The re-striping plan may follow the general existing layout. Gate Safety Loop Work: ? All work will meet or exceed current municipal, Local, State, and National, (NEC, NEMA,) codes and standards that apply. All items will be installed and work accomplished according to manufacture recommendations, and is consistent with work completed at the journeyman and craftsman level. ? The ground loop wires will be inside gray, schedule 40, PVC. The PVC and ground loop wires will be imbedded in the concrete slab as per gate manufacture recommendations. ? The ground loops will be 16 gauge, stranded, with 600-volt insulation. ? The ground loop PVC/wire will be embedded in the concrete, not saw cut and laid in place. ? The portion of the ground loop wires not embedded in the concrete will be protected in the PVC conduit, this conduit will connect to or penetrate the gate operator protection box in such a way as the cover can be removed and is rodent and weather resistant. ? The ground loop wires will be terminated at the loop detector, on the gate operator, and tested for proper operation and working properly before the final inspection by the COTR. ? There will be a minimum of nine (9) twists per foot of the ground loop wire. Gate Concrete Slab: ? Where asphalt and the new concrete slab meet, the asphalt will be saw cut, with no jagged edges. ? Sub-grade Preparation, Sub-grade is defined as ?that portion of the roadbed upon which the flexible base or pavement is to be placed?. The sub-grade shall be compacted by approved mechanical equipment to a density of not less than ninety-five percent (95%) Standard Procter density. Prior to the placement of any base material, tests from a certified soils laboratory shall be supplied by the contractor to the COTR before applying base material, stating that the sub-grade has been compacted to ninety-five percent (95%) density to a depth of six inches (6?) for all sub-grade and for the full depth of all fills. If the sub-grade fails to meet the density specified, it shall be reworked as necessary to obtain the density required. Fills must be placed and compacted on horizontal lifts of not over twelve inches (12?) depth to the specified density. ? Flexible Base Course The base material must meet the requirements of TxDOT Item 247, Flexible Base, Type ?A? Grade 2. The flexible base material shall be compacted to not less than ninety-five percent (95%) Standard Procter density for its full depth and optimum moisture of ?2 to +4, the required depth of base is six (6) inches. Base course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section indicated, and to the established lines and grades. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding suitable material as required, re-shaping and re-compacting by sprinkling and rolling. Should the base course, due to any reason or cause, lose the required stability, density and finish before the surface is complete, it shall be re-compacted and refinished at the sole expense of the contractor. ? Concrete Surface Test beams will be required for each 50 CY or a minimum of one beam for each class of concrete. A slump test will be required with each set of test beams. Air entraining and retarding agents used shall be from the approved TxDOT list. The driving surface shall be six inches (6?) of Class ?A? (3,000 lb in 28 days) concrete with number three (#3) reinforcing at twenty-four inch (24?) centers both ways. Concrete shall not be placed when the ambient temperature is below 40 degrees F and falling. PROJECT MANAGEMENT Contractor is responsible for the clean up, backfill and removal of all debris associated with the project from the site. Contractor will comply with all Federal Acquisition Regulations (FAR) including the Davis-Bacon Act. POINT OF CONTACT Patricia Peque?o, Contracting Officer (CO) (956) 764-3282, Fax (956) 764-3272 PLANS AND SCHEDULE Scheduling: All work and contractor?s activities will be from 8:00 a.m. to 4:30 p.m., Monday through Friday, except Holidays. All contractor?s activity shall be scheduled so that completion of activities will take place during the specified time. Meetings, Reviews, and Audits: Contractor Project Manager can request a meeting, or reviews, and or audit if necessary with the COTR/APOC with 72 hours notice. COTR/APOC can request a meeting, reviews, and or audit if necessary with the Contractor Project Manager with 24 hours notice. PERFORMANCE Project will start within twenty-one (21) calendar days of award, and be completed (fully operational) within twenty-one (21) calendar days. POST AWARD CONFERENCE A post award conference will be held at the project site before any work begins. The contractor?s project manager, his alternate and the COTR and his APOC will be at this meeting. Other personal may attend. This meeting will take place before any work begins. GOVERNMENT FURNISHED EQUIPMENT FACILITIES AND MATERIALS Storage space and staging areas can be arranged within the project sites if needed. Coordination is necessary 48 hours in advance with the COTR/CO. Male and female restrooms are available to the contractor. Water and electrical power is available on a limited basis. Please be advised there is no security at the site. WARRANTY A one (1) year warranty will cover all work performed (material and labor) and commence from the acceptance of the complete project by the COTR. Contractor will provide warranty statement in their proposal. EVALUATION CRITERIA One firm-fixed price delivery order will be made to the lowest priced technically acceptable, responsive and responsible offeror, whose proposal will meet the Governments requirement. PAYMENT Contract will be paid by Purchase Order and payment will be made within 30 days after inspection and acceptance of work by COTR or APOC and receipt of a signed original invoice. No invoicing from contractor shall be submitted until work is completed. SECURITY PROCEDURES A. Controls The Contractor shall comply with the Bureau of Customs and Border Protection (CBP) administrative, physical and technical security controls to ensure that the Government's security requirements are met. B. Identification Badges All Contractor employees shall be required to wear identification badges as applicable when working in Government facilities. These items will be provided by contractor. Contractors and its employees will be required to report to the Laredo North Border Patrol Station, 11119 McPherson Road, Laredo, TX to obtain an ID. C. Security Background Data A Contractor employee shall not begin working under the contract until a favorably Background Check is completed with approval from U.S. Border Patrol Assistant Chief Patrol Agent in charge. Exceptions to this requirement will be handled on a case-by-case basis, and access to facilities, systems, data, etc. will be limited until the individual is cleared. Contractor employee personnel hired to work within the United States or its territories and possessions that require access to CBP facilities, information systems, security items and products, and/or sensitive but unclassified information shall either be U.S. citizens or have lawful permanent resident status. The following security screening requirements apply to both U. S. citizens and lawful permanent residents who are hired as Contractor personnel. All personnel employed by the Contractor or responsible to the Contractor for the performance of work hereunder shall be able to favorably pass a Background Check. The Contractor shall submit within ten (10) working days after award of this contract copies of employee?s Drivers License (s), Social Security numbers, Birth Certificate and/or I-551 (Resident Alien Card). The copies must be faxed to Contract Specialist Patricia Pequeno at 956-764-3272. Failure of any Contractor personnel to pass a favorably Background Check means that the Contractor has failed to satisfy the contract's requirement to provide cleared personnel. The continuing failure to meet the requirement to provide cleared personnel is grounds for termination of the contract, unless cleared personnel are timely provided as replacements. The Contractor must provide a qualified replacement capable of passing a Background Check. This policy also applies to any personnel hired as replacements during the term of the contract. The Contracting Officer must approve all personnel replacements. D. Notification of Personnel Changes The Contractor shall notify the Contracting Officer via phone, FAX, or electronic transmission, no later than one work day after any personnel changes occur. Written confirmation is required for phone notification. This includes, but is not limited to, name changes, resignations, terminations, and reassignments (i.e., to another contract.)
 
Place of Performance
Address: 11119 McPherson Road, Laredo, TX
Zip Code: 78045
Country: UNITED STATES
 
Record
SN01402090-W 20070913/070911220428 (fbodaily.com)
 
Source
FedBizOpps 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.