Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

54 -- Development of the Westbank Area Office Site and Rental of a Modular Office Facility, Jefferson Parish, Louisiana - Attachment Referenced In Statement of Work

Notice Date
8/22/2008
 
Notice Type
Attachment Referenced In Statement of Work
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New Orleans, Attn: CEMVN-CT, PO Box 60267, New Orleans, Louisiana, 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-08-R-0095
 
Archive Date
10/8/2008
 
Point of Contact
Christopher M. Nuccio,, Phone: (504) 862-2704, Paulette S Phillips,, Phone: 504-862-1555
 
E-Mail Address
christopher.m.nuccio@usace.army.mil, paulette.s.phillips@mvn02.usace.army.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solictation; proposals are being requested and a written solicitation will not be issued. Solicitation number W912P8-08-R-0095 is issued a Request for Proposal (RFP). The solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This solicitation is set aside for Service-Disabled, Veteran Owned small businesses. NAICS code 332311 applies and the small business standard size is 500 people. Item Description Estimated Unit Unit Price Estimated Quantity Amount 1 Site Clearing and Grading 1 LS $_________ $_____________ 2 Site Utilities 1 LS $_________ $_____________ 3 Geotextile and Crushed 1 LS $_________ $_____________ Limestone 4 Security Fence 1 LS $_________ $_____________ 5 Office Installation 1 LS $_________ $_____________ 6 Office Rental 60 MO $_________ $_____________ 7 Office Removal 1 LS $_________ $_____________ TOTAL OFFER (Sum of all 10 Line Items) $_______________ CLAUSES AND PROVISIONS: The FAR and DFARS clauses incorportated into this acquisition are: 52.228-16 Payment And Performance Bond--Other Than Construction (NOV 2006) 52.237-1 Site Visit (APR 1984) 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instructions to Offerors--Commercial Items (JUN 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) 52.222-22 Previous Contracts And Compliance Reports (FEB 1999) 52.247-34 F.O.B. Destination (NOV 1991) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007) 52.252-2 Clauses Incorportated By Reference (FEB 1998) 52.236-13 Alt I Accident Prevention (NOV 1991) 52.217-8 Option To Extend Services (NOV 1999) 52.217-9 Option To Extend The Term Of The Contract (MAR 2000) 52.228-5 Insurance--Work On A Governemt Installation (JAN 1997) 52.207-5 Option To Purchase Equipment (FEB 1995) 52.212-3 Offeror Representations And Certifications--Commercial Items (JUN 2008) 52.212-5 Contact Terms And Conditions Required To Implement Statutes Or Executive Orders--Comercial Items (JUN 2008) 52.203-6 Restrictions On Subcontractor Sales To The Government (SEP 2006), With Alternate I (OCT 1995) 52.219-27 Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) 52.222-19 Child Labor--Cooperation With Authorities and Remedies (FEB 2008) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans (SEP 2006) 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998) 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans (SEP 2006) 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues or Fees (DEC 2004) 52.225-13 Restrictions On Certain Foreign Purchases (JUN 2008) 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.222-41 Service Contract Act Of 1965 (NOV 2007) 52.222-42 Statement Of Equivalent Rates For Federal Hires (MAY 1989) 52.222-44 Fair Labor Standards Act And Service Contract Act--Price Adjustment (FEB 2002) Security Contract Language for all Corps of Engineers' Unclassified Contracts (PIL 2003-06, 19 Feb 03) All Contractor employees (U.S. citizens and Non- U.S. citizens) working under this contract (to include grants, cooperative agreements and task orders) who require access to Automated Information Systems (AIS), (stand alone computers, network computers/systems, e-mail) shall, at a minimum, be designated into an ADP-III position (non-sensitive) in accordance with DoD 5220-22-R, Industrial Security Regulation. The investigative requirements for an ADP-III position are a favorable National Agency Check (NAC), SF-85P, Public Trust Position. The contractor shall have each applicable employee complete a SF-85P and submit to the USACE, New Orleans District, P. O. Box 60267, New Orleans, LA 70160-0267, Security Officer within three (3) working days after award of any contract or task order, and shall be submitted prior to the individual being permitted access to an AIS. Contractors that have a commercial or government entity (CAGE) Code and Facility Security Clearance through the Defense Security Service shall process the NACs and forward visit requests/results of NAC to the USACE, New Orleans District, P. O. Box 60267, New Orleans, LA 70160-0267, Security Officer. For those contractors that do not have a CAGE Code or Facility Security Clearance, the USACE, New Orleans District, P. O. Box 60267, New Orleans, LA 70160-026, Security Office will process the investigation in coordination with the Contractor and contract employees. In accordance with Engineering Regulation, ER 380-1-18, Section 4, foreign nationals who work on Corps of Engineers' contracts or task orders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task order. This regulation includes subcontractor employees. (NOTE: exceptions to the above requirement include foreign nationals who perform janitorial and/or ground maintenance services.) The contractor shall submit to the Division/District Contract Office, the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Classified contracts require the issuance of a DD Form 254 (Department of Defense Contract Security Classification Specification). (End of Clause) FAR clauses and provisions are avaiable on the internet website: http://farsite.hill.af.mil/vffara.htm STATEMENT OF WORK: NOTE 1: Bidders shall furnish unit prices for each item listed in the Schedule requiring a unit price. If the bidder fails to insert a unit price in the appropriate blank for required item(s), but does furnish an extended total, or an estimated amount for such item(s), the Government shall deem the unit price to be the quotient obtained by dividing the extended amount for that line item by the quantity. Bidders shall furnish prices for the “Schedule of Early termination Fees” and the “Schedule of Purchase Prices”. IF A BIDDER OMITS BOTH THE UNIT PRICE AND THE EXTENDED TOTAL OR ESTIMATED AMOUNT FOR ANY ITEM, ITS BID SHALL BE DECLARED NON-RESPONSIVE AND THEREFORE INELIGIBLE FOR AWARD. NOTE 2: Any bid may be rejected if the Contracting Officer determines in writing that it is unreasonable as to price. Unreasonableness of price includes not only total price of bid, but the price for individual line items as well. Any bid may be rejected if the prices for any line items or sub line items are materially unbalanced (See FAR 14.404-2). NOTE 3: THE NOTICE TO PROCEED (NTP): The successful bidder is advised that performance and payment bonds shall be submitted in accordance with the time frame in block 12B of SF 1442. The NTP will be issued immediately after verification of acceptable performance and payment bonds. Within seven (7) days after issuance of the NTP, the Contractor shall initiate a meeting to discuss the submittal process with the Contracting Officer or his authorized representative. Physical work cannot start until all submittals which may be required have been submitted and approved, and all preliminary meetings called for under the contract have been conducted. Scope of Work 1.General a.The Contractor shall furnish, install and maintain an approximately 10,000 – 10,500 square foot modular office facility on a site provided by the Government. The Contractor shall develop the site, furnish and install the office facility, and perform all other activities necessary to make the site and office facility ready for use by the Government. See Attachment 1 for the location of the site and required improvements. The site address is 5750 Bayou Estates Boulevard, Marrero, Louisiana. b.The Contractor is responsible for satisfying himself as to the nature and location of the work, the general conditions, existing conditions of land, roadways and adjacent utilities, and all other matters which can in any way affect the work or the cost thereof under this contract. Any failure by the Contractor to acquaint himself with all available information will not relieve him of the responsibility of successfully performing the work under this contract. c.The Contractor shall schedule a coordination meeting with the Government prior to beginning each of the following phases of work, and shall not begin work without Government approval: i.Site clearing and grading ii.Water, sewer and electrical installation iii.Office installation iv.Geotextile and limestone installation v.Fence installation 2.Measurement and Payment a.All work required by this scope of work shall be paid under the following items. Payment for each item shall be made when the work covered by the item has been completed and accepted by the Government. b.Site Clearing and Grading: Clearing and grading the site shall not be measured for payment. Payment shall be made at the lump sum price for “Site Clearing and Grading”. Price and payment shall constitute full compensation for clearing the site and grading it in accordance with this scope of work. c.Site Utilities: Providing and installing sewer, water and electrical utilities on the site shall not be measured for payment. Payment shall be made at the contract lump sum price for “Site Utilities”. Price and payment shall constitute full compensation for providing and installing all facilities necessary to connect the modular office facility to the municipal water, sewer and electrical infrastructure in accordance with this scope of work. d.Geotextile and Crushed Limestone: Providing and installing geotextile and crushed limestone shall not be measured for payment. Payment shall be made at the contract lump sum price for “Geotextile and Crushed Limestone”. Price and payment shall constitute full compensation for providing and installing the geotextile and limestone in accordance with this scope of work. e.Reserved. f.Office Installation: Installation of the modular office facility shall not be measured for payment. Payment shall be made at the contract lump sum price for “Office Installation”. Price and payment shall constitute full compensation for delivering the office to the site, setting it up and making it ready for use in accordance with this scope of work. g.Security Fence: Providing and installing the security fence shall not be measured for payment. Payment shall be made at the contract lump sum price for “Security Fence”. Price and payment shall constitute full compensation for providing and installing the security fence in accordance with this scope of work. h.Office Rental: Rental of the modular office facility shall be measured for payment by the month. Payment for rental shall be made at the contract unit price for “Office Rental”. Price and payment shall constitute full compensation for use of the modular office facility by the Government for one month, including required maintenance. The Government reserves the right to terminate the rental before the 60 month minimum term is complete. If the Government chooses to exercise this right, payment of an early termination fee shall be made according to the “Schedule of Early Termination Fees”. Price and payment shall constitute full compensation for early termination. The Government shall have the right to purchase the modular office facility during the rental term and after the 60 month minimum rental term is complete. If the Government chooses to exercise this right, payment shall be made according to the “Schedule of Purchase Prices”. Price and payment shall constitute full compensation for the purchase of the modular office facility by the Government. i.Office Removal: Removal of the modular office facility shall not be measured for payment. Payment shall be made at the contract lump sum price for “Office Removal”. Price and payment shall constitute full compensation for completely removing the office from the Government site. 3.Commencement Prosecution and Completion of Work a.The Contractor shall commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed. b.The Contractor’s proposal shall include a schedule for completion of the entire work ready for use in the shortest reasonable time. The schedule shall include submittal preparation and review periods, plan preparation, site work activities, fabrication, delivery and installation of the office facility, and all other major milestones. This schedule shall become a part of the contract, and the Contractor shall be bound by the schedule’s total duration and the individual milestones and delivery dates identified in the schedule. 4.Site Work a.The Contractor shall develop the site to make it ready for the installation and use of the modular office facility. b.The Contractor shall clear all existing grass and vegetation (except for existing trees) and remove it from the site. The entire site shall be graded to provide an even ground surface, and to assure that all rainfall runoff drains away from the modular office facility, off the site and into the existing public drainage collection system. The Contractor shall add fill material (classified as CL, CH or sand) as needed to meet the requirements of this paragraph. c.The Contractor shall provide a 6” layer of crushed limestone over the entire area enclosed by the required security fence and between the gate and Bayou Estates Boulevard, as shown on the drawings. The Contractor shall excavate a transition for the driveway between Bayou Estates Boulevard and the gate to assure that the top of the stone is flush with the top of the mountable curb while remaining 6” thick. The limestone shall be compacted to at least 90% of maximum dry density as defined by ASTM D 698. A total of 10 compaction tests shall be taken in locations chosen by the Government. The limestone shall be separated from the ground surface by a layer of geotextile fabric. The fabric shall be placed without folds or wrinkles. The ends and edges of adjacent fabric panels shall be lapped at least 18”. The geotextile fabric shall comply with the requirements given in Attachment 2, and the Contractor shall submit data sheets demonstrating compliance for approval by the Government. The limestone shall comply with the following gradation: SievePercent Passing 12”100 1”90-100 ¾”70-100 No. 435-65 No. 4012-32 No. 2005-12 The Contractor shall submit a gradation test for the limestone demonstrating compliance with this gradation. d.Reserved. e.The Contractor shall provide exterior lighting mounted on treated timber poles. The lighting shall provide night-time illumination of the entire site. The lights shall turn on automatically at dusk and turn off automatically at dawn. f.All excess excavated material and debris shall be removed from the site by the Contractor. 5.Installation and Connection of New Utilities. a.The Contractor shall be responsible for furnishing all equipment, plant, labor and materials and performing all operations necessary for installing new utilities (water, sewerage and electrical) and connecting such utilities to the new office facility and existing service facilities at the site. The Contractor shall ensure office facility is made ready for use and utilities are in compliance with all applicable regulations, laws, ordinances and codes. b.The Contractor shall submit a site utility plan for approval by the Government. The plan shall include locations of and details for all utilities, including exterior lighting. c.The Contractor shall provide at least one exterior hose bib. d.The Contractor shall contact the serving utilities and verify compliance with requirements before construction. The Contractor shall coordinate schedules and payments for work by all utilities. e.The Contractor shall verify and provide all service conduits, fittings, pipe connections, grounding devices, all service wires, etc. that are not provided by the serving utilities. f.The Contractor shall insulate all exposed waterlines to protect against freezing. g.The Contractor shall verify with the utility server the exact location of each service point and type of service, and shall pay all charges levied by the serving utilities without additional cost to the Government. h.The Contractor is responsible for obtaining any applicable permits required for such work and inspection fees and costs for the permits are to be borne by the Contractor. i.The Contractor shall pay all connection and turn-on service charges required by the utility companies. 6.Security Fencing a.The Contractor shall provide and install a galvanized steel chain link security fence as specified herein and as shown in Attachment 4. The fence shall be FE6-TBR-96 as defined by Attachment 4. b.The Contractor shall submit a fencing plan for approval by the Government. The plan shall include the fence layout (including post locations by type), typical details, bracing details, gate details, gate hardware details, and reports demonstrating the amount of zinc coating. c.The required gate shall be located directly across from the median crossing on Bayou Estates Boulevard. d.Materials i.Chain Link Fencing and Accessories: FS RR-F-191 K/GEN as modified herein. ii.Fabric: FS RR-F-191/1D, Type I, with minimum zinc coating of 1.2 ounces per square foot. Fabricated from minimum 9-gage, 0.148 inch diameter wire, helically wound and interwoven to provide continuous 2-inch nominal mesh without knots or ties except selvages. 1.Attach tags to every roll, indicating mesh size, coating weight, and wire gage. 2.Height: Eight (8) feet. 3.Selvage: Twisted and barbed at top and bottom except top selvage may be knuckled when top rail is provided. 4.Individual Fabric Ties: Same material as fabric for attaching fabric to line posts and top and bottom tension wires or rails. 5.Gate Fabric: Same material as fabric for fencing. iii.Posts, Top Rails and Braces: FS RR-F-191/3D, Grade A, with minimum zinc coating of 1.8 ounces per square foot. Tubular with appropriate caps driven to fit over outside section to exclude moisture. 1.End, Corner, and Pull Post: Class 1, SP4, round, 2.875 inch outside diameter, 0.160 inch wall thickness, or Class 6, SS2, square, 2.50 inches outside dimension, 5.10 lb. per foot of length. 2.Line and Intermediate Posts: Class 1, SP3, round, 2.375 inches outside diameter, 0.130 inch wall thickness, or Class 6, SS1, square, 2.00 inches outside dimension, 2.60 lb. per foot of length. 3.Gate Posts: Class 1, SP5, round, 4.0 inches outside diameter, 0.226 inch wall thickness. iv.Accessories: FS RR-F-191/4D, with minimum zinc coating of 1.2 ounces per square foot. v.Gates. 1.FS RR-F-191/2C with same fabric as used for fence. 2.Framing: Class 1, SP2, round, 1.90 inches outside diameter, 0.120 inch wall thickness; or Class 6, SS1, square, 2.00 inches outside dimension, 2.60 lb. per foot of length. Paint welds with zinc-base paint. 3.Coating: Zinc coated after fabrication, with minimum zinc coating of 1.8 ounces per square foot. 4.Leaves: Space intermediate bracing so no members are more than 8 feet apart. 5.Barbed Wire Top: Extend end of gate frame members at least 1 foot above top horizontal member and attach 3 strands of barbed wire, uniformly spaced, by means of bands, clips, or hook bolts. 6.Fabric: Shop-attach gate fabric to gate frame at intervals of not more than 12 inches. 7.Hinges: a.Sufficient size and number to prevent twist or turn under action of gate. b.Arrange so closed gate cannot be lifted off its hinges. 8.Opening: Full, with minimum 180 degree swing. 9.Barbed Wire: ASTM A121, using 12-1/2 gauge wire with 14 gauge barbs, round, four points, spaced at maximum of 4 inches on center, with minimum zinc coating of 0.80 ounces per square foot. 10.Each Installation: Fittings and accessories, including locking and padlocking device required making complete installation. vi.Fan Guards: Same type materials as fence of which they are a part. vii.Padlocks: Furnished by the Government. viii.Touch-Up Paint: Zinc-rich paint, See ASTM A780. ix.Concrete: 3000 psi. e.Fence Installation i.Clearing: Perform necessary clearing, excavation, and filling to provide clear line-of-fence runs. ii.Post Encasement. 1.The bottom of all posts shall be 3 feet below natural ground. 2.Extend concrete at least 6 inches below bottom of posts. 3.Extend concrete to 1/2 inch above natural ground at posts and slope to drain away from posts. 4.Encase minimum 10 inch diameter for line posts and 16 inch diameter for end, corner, pull, and gate posts. 5.Coat aluminum alloy posts with approved zinc chromate paint from bottom to 2 inches above concrete, prior to placement and touch up with specified aluminum paint after concrete is placed. iii.Post Placement. 1.Evenly space posts at not more than 10 feet or less than 8 feet on centers. Place additional posts at each change in line and abrupt change in grade. 2.Set corner or pull posts at each horizontal or vertical angle point of 15 or more degrees and at no more than 500-foot intervals. 3.Set end posts with horizontal and diagonal brace rail and tie rod to nearest post. Set corner and pull posts with horizontal and diagonal brace rail and tie rod to posts on either side. iv.Rails, Tension Wire, and Braces. 1.After posts are installed and concrete has set firmly, place top tension wire and bottom rail. a.Anchor and brace end, corner, and pull posts before hanging fabric. b.Brace gate posts for fabric. v.Fabric Placement. 1.Secure ends of fabric using tension bars threaded through loops in fabric, and secure to posts by means of bands with bolts and nuts. 2.Splice fabric lengths together by reweaving without breaking continuity of knuckled or twisted and barbed selvage. 3.Place fabric by securing 1 end and applying sufficient tension by means of mechanical fence stretchers to remove slack before making attachments. 4.Fasten fabric with appropriate tie wires to top rails and bottom tension wire at 24 inches on center maximum, and to posts at 15 inches on center maximum. 5.Hold bottom of fabric uniformly as possible to not more than 2 inches above finished grade. vi.Barbed Wire: Where indicated, provide 3 strands of barbed wire above fence fabric. 1.Stretch strands to remove sag and anchor firmly to extension arms. 2.Incline extension arms on line posts away from the secure side of the fence at an approximately 45 degree angle. 3.Incline extension arms on line posts away from the secure side of the fence at an approximately 35 degree angle. vii.Gates: 1.Install fence gates, gate stops, and fan guards as shown. 2.Locate gate stops set in concrete accurately so that gate stop or latch can be fully engaged. 7.Modular Office Facility a.The floor plan shall include the following spaces: i.35 offices, each having an area of at least 140 square feet. ii.1 reception area at the main entrance with an adjacent office space that is not separated from the reception area by a wall. The adjacent office space shall have an area of at least 140 square feet, and is included in the number of offices stated above. iii.1 20’ x 40’ (nominal) conference room. The room shall be furnished with movable partitions so that it can be divided into three smaller rooms. Each smaller area shall be accessible by a separate door. The partitions shall have sound insulating properties that are at least equal to the interior walls of the office facility. iv.1 12’ x 20’ (nominal) conference room. v.1 12’ x 20’ (nominal) file room. vi.1 12’ x 20’ (nominal) copy room. vii.2 small spaces large enough for printers and supplies. These 2 spaces shall be located with respect to the 12’ x 20’ copy room such that the distance people will have to walk to pick up print-outs is minimized. viii.2 restrooms. ix.1 kitchen area large enough for a refrigerator, a sink and 8’ of counter space. The kitchen area shall be furnished with counters and cabinets. x.1 utility closet with a janitor sink. See Attachment 5 for a sample floor plan. b.All rooms located on exterior walls shall have at least one window for every 10 feet of exterior wall space. c.The Contractor shall assure that the office facility conforms to all applicable regulations, laws and building codes. The Contractor shall demonstrate compliance by submitting a building and installation plan sealed by Professional Engineers registered in the State of Louisiana for approval. The plan shall address the construction and installation of the modular office and include detailed specifications. d.The Contractor shall design, furnish and install the foundation for the office facility. The foundation design shall be sealed by a Professional Engineer registered in the State of Louisiana. e.The modular office facility shall be sized and located so that no part of the facility (including decks and overhangs) is within 82’ of the fence line. f.The rental term of the modular office facility shall be at least sixty months and the monthly rental rate shall be based on this minimum term. The rental term shall begin the day after the Government accepts the office as ready for use. g.The Contractor shall completely remove the modular office facility from the Government site within 30 days of being notified to do so by the Contracting Officer. h.Decks and Steps i.The Contractor shall furnish and install a 10’ x 10’ covered deck at the main entrance, and 5’ x 5’ covered decks at all other entrances. The Contractor shall assure that the connection between the covers and the office roof are watertight and that the drip line of the covers carries runoff past the deck and handrails. A runoff barrier shall be placed along the drip line above the steps to direct runoff away from the steps. ii.The decks shall be surrounded by railing and be accessed by steps. Ramps shall not be provided. i.Heating, Ventilation and Air Conditioning i.The Contractor shall provide heating and air conditioning systems capable of maintaining a comfortable year-round temperature when the building is fully occupied. Comfortable is defined as the ability to maintain an ambient temperature at all values between 60 degrees Fahrenheit and 80 degrees Fahrenheit everywhere in the office facility at any time of the year. ii.The Contractor shall provide exhaust fans in each bathroom. j.Restrooms i.The restrooms shall be compliant with the Americans with Disabilities Act. ii.The Contractor shall provide 1 men’s restroom and 1 women’s restroom, labeled as such. iii.The women’s restroom shall be furnished with a mirror, 2 sinks, 1 standard commode and 1 handicapped commode, 1 soap dispenser, 2 toilet paper dispensers, and 1 paper towel dispenser. iv.The men’s restroom shall be furnished with a mirror, 3 sinks, 4 standard commodes and 1 handicapped commode, 2 soap dispensers, 5 toilet paper dispensers, and 1 paper towel dispenser. v.Each commode shall be enclosed by metal partitions. vi.The walls shall be insulated (R-11). k.Doors and Hardware i.The main entrance doors shall be double steel doors with side lights, steel jambs, lever handles, deadbolt locks, closers and panic hardware. ii.All other exterior doors shall be single steel doors with side lights, steel jambs, lever handles, deadbolt locks, closers and panic hardware. iii.All interior doors shall be textured solid-core doors with steel jambs. l.Windows i.Windows shall be double-insulated and at least 24 inches wide and 52 inches high. m.Electrical and Lighting i.The Contractor shall furnish and install light fixtures, interior / exterior electrical outlets, switches, emergency lights, exit lights, distribution systems, panel boxes, etc. to make the office facility ready for use and in compliance with all applicable regulations, laws and building codes. ii.The Contractor shall inter-connect the wiring for all modules and provide a single connection point for electrical service. iii.The Government will furnish and install telephone and data wiring. n.Insulation and Moisture Protection i.A continuous vapor barrier shall be provided on all exterior walls. Window and door framing shall be sealed with caulking. ii.The building shall be insulated as follows: 1.Floor: R-22 2.Roof: R-30 3.Exterior Walls: R-13 o.Interior Walls i.Interior walls shall be covered with ½” gypsum wall board (or equivalent material) and finished with paint, wallpaper or other finish material. p.Floor i.The finish flooring shall be commercial-grade vinyl tile. q.Plumbing i.The Contractor shall furnish and install all plumbing fixtures, sinks, commodes, water distribution systems, sewer collection systems, etc. to make the office facility ready for use and in compliance with all applicable regulations, laws and building codes. ii.The Contractor shall furnish and install an electric water heater. r.Foundation Skirting i.The Contractor shall furnish and install foundation skirting to grade. The skirting shall be of the same material as the siding. s.Maintenance i.The Contractor shall provide maintenance and repair of the modular office facility during the rental term. The Contractor’s responsibility for repairs shall be limited to those that are required as a result of normal wear and tear. The Contractor’s maintenance and repair responsibility shall include the following items: structural soundness; levelness of the structure; moisture protection; doors and windows; decks, steps and covers; finish floor; finish ceiling; HVAC systems; plumbing systems and fixtures; electrical systems and fixtures; roofing. The Contractor shall send a workman within 24 hours of receiving a maintenance or repair request from the Government, and shall complete the required maintenance or repair promptly. If the Contractor is unable to complete a given maintenance or repair item within 72 hours of the Government’s request, the Contractor shall provide the Government with a written explanation of the cause for the delay and their plan for completing the required work. If the Contractor fails to complete required maintenance and repairs in a timely manner, the Government will arrange to have the work done and the Contractor shall reimburse the Government for all costs incurred as a result. ii.The Contractor shall regularly replace all HVAC filters according to the replacement schedule recommended by the HVAC equipment manufacturer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4cd4aff13612d62c17c9c05f5e97277a&tab=core&_cview=1)
 
Document(s)
Attachment Referenced In Statement of Work
 
File Name: Attachment Referenced In Statement of Work (WBAOSiteSOW-Attachments.pdf)
Link: https://www.fbo.gov//utils/view?id=85bc57ed4af83931a238866295d85420
Bytes: 489.44 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT-E, 7400 Leake Ave., New Orleans, Louisiana, 70118, United States
Zip Code: 70118
 
Record
SN01649070-W 20080824/080822223500-4cd4aff13612d62c17c9c05f5e97277a (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.