Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

Z -- Gazebo Deck, Basketball Court and Fencing Renovation

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050, United States
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-10-P-DX3434
 
Archive Date
5/1/2010
 
Point of Contact
Debra A Smith, Phone: 305-415-7086
 
E-Mail Address
debra.a.smith@uscg.mil
(debra.a.smith@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of work for decklbasketball court Coast Guard HITRON Jacksonville WORK COVERED BY CONTRACT: Contract work shall encompass the following items of work as described in these specifications. Ancillary work items not listed below, though necessary to attain the completed project, shall be included in the contract. New Requirements: The Contractor shall provide all labor and materials necessary to install and remove and upgrade all wood decking with composite "TREK", sand, lighting, electrical panels, outlets and receptacles. I. Remove all wood decking material and wood fencing associated with wood deck in and around gazebo area. Do not remove or disturb existing gazebo. Remove and disconnect grill and wood seating. Install exhaust fan in existing hole in gazebo. When complete replace grill and construct new seating along fence wall. Material to be used will be a composite material (TREK). Remove and replace all electrical outlets and lighting and replace electrical wiring and outlets in accordance with appropriate regulations. Replace with a composite decking material and fencing with composite material (brand name TREK). The decking and fence shall have a natural wood color. 2. Remove existing chain link fence and dispose. Design and install 16 foot high security fencing between lounge #1 and lounge #2 (see plans). Fence will span between both buildings and be of such height as to not allow basketballs/volley balls to enter USCG airfield taxil aircraft parking area. Black chain link is the preferred fencing. 3. Remove all sand from volleyball court and dispose of in accordance with OSHA regulations. Remove sand down to concrete and replace with playground approved out-door basketball material. Install professional style basketball hoop along east side of court. All lines will be painted and court shall be designed to allow conversion from basketball to volleyball court. 3.1 INSPECTION - A. Inspect concrete slab for contamination, dryness and levelness. Report any discrepancies to the general contractor/COTR. B. Concrete slab shall be broom cleaned, mopped and dust free by the general contractor. C. Installer (Flooring Contractor) shall document all working conditions as specified in PART I - GENERAL prior to starting installation. Report any discrepancies to the general contractor. 3.2 INSTALLATION - A. Floor will be installed to pre-approved layout. B. Proper expansion must be at all vertical obstructions minimum of 3/4 Inch C. Floor surface shall be clean and dust free. D. Game Lines 1. Provide game lines as indicated on drawings. E. Remove all excess and waste materials from the area of work. Dispose of empty containers in accordance with federal and local statutes. VISITS TO THE SITE: The contractor, for the purpose of verifying existing conditions, may arrange visits to the site through the COTR. REGULATORY REQUIREMENTS: SAFETY: All temporary and permanent construction operations shall be performed in accordance with applicable requirements of the "Occupational Safety and Health Act of 1970". Construction schedules under $25,000: Contracts under the small purchase limitations ($25K) and less than 60days duration need only submit and anticipated starting date and completion date unless otherwise requested. TEMPORARY UTILITIES: Electrical power and water are available on site. The contractor will be permitted to utilize these facilities in performance of the work provided that the existing systems are not overloaded. The contractor is responsible for installing and removing all connections to the existing system and will insure work and materials are in accordance with all applicable local codes. ENVIROMENTAL: Waste disposal: The contractor shall remove all waste materials from the site as directed by the Government inspector. The contractor shall insure that all work performed is in accordance with all applicable local, state and federal laws and regulations concerning Ozone Depleting Substances. PROJECT RECORD DOCUMENTS: The COTR shall verify the USCG Daily Log Report and sign it, then forward the form to the Contracting Officer upon completion of the work. The COTR along with a Jacksonville Aviation Authority representative will inspect the work. Contractor is responsible for obtaining permits required to perform work. REMOVALS: The contractor shall remove all old equipment and materials from the site associated with the replacements and installations. DISPOSITION OF MATERlALS: Title to materials, except where otherwise specified all materials removed under section I REMOVALS, shall become the property of the contractor and shall be removed from Government Property. (Is this IegaI?) (NONMonetary items only). CLEAN UP: All debris and rubbish shall be removed in such a manner that will prevent spillage on pavements, streets, and adjacent areas. WARRANTY: 1. Manufacturer's warranty shall cover non-residential use. "APPLICABLE CLAUSES" 52.213-4 Terms and Conditions-Simplified acquisitions (Other Than Commercial Items) (Mar 2009) (a) The contractor shall comply with the following Federal Acquisition Regulations (FAR) clauses that are incorporated by reference: 1. The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246) (iii) 52.222-26, Equal Oppurtunity (Mar 2007) (E.O. 11246) (iv) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)) (v) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.O. proclamations and statues administered by the Office of Foriegn Assets Control of the Department of the Treasury) (vi) 52.233-3, Protest after Award (aug 1996) (31 U.S.C. 3553) (vii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub L 108-77, 108-78) (2) Listed below are additional clauses that apply: 52.232-1, Payments (Apr 1984) (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002) (iii) 52.232-11, Extras (Apr 1984) (iv) 52.232-25, Prompt Payment (Oct 2008) (v) 52.233-1, Disputes (July 2002) (vi) 52.244-6, Subcontracts for Commercial Items(dec 2008) (vii) 52.253-1, Computer Generated Forms (Jan 1991) (b) The Contractor shall comply with the following FAR Clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (feb 2008) (E.O. 13126) (applies to contracts for supplies exceeding the micro-purchase threshold) (ii) 52.222-20, Walsh-Healy Public Contracts Ace (Dec 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000.00 in the United States, Puerto Rico, or the US Virgin Islands) (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000.00 or more) (iv) 52.222-36, Affirmitive Action for Workers with Disabilities (June 1998)(29 U.S.C. 793) (Applies to contracts of $10,000.00, unless the work to be performed outside the United States by employees recruited outside the United States) (For purposes of this clause, United States includes the 50 states, the District of Columbia, Puerto Rico, the Northern Mariana Islands, America Samoa, Guam, the U.S. Virgin Islands and Wake Island) (v) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C.4212) (Applies to contracts of $100,000.00 or more) (vi)52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq) (Applies to service contracts over $2500.00 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rice, the Northern Mariana Islands, America Samoa, Guam, the U.S. Virgin Islands, Johnston Island, or the outer continental sheld lands) (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) (Applies to services performed on Federal facilities) (viii) 52.223-15, Energy Efficency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR program or Federal Energy Management Program (FEMP) will be - (A) Delivered (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility. (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation or maintenance. (ix) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d) (Applies to contracts for supplies and to contracts for services involving the furnishings of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply protion of a service contract exceeds the micro-purchase threshold and the acquisition - (A) Is set aside for small business concerns: or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000.00) (x) 52.232-33, Payment by electronic funds transfer-Central Contractor Registration (Oct 2003) (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information) (xi) RESERVED. (xii) 52.247-64, Preference for Privately Owned US Flag Commercial Vessels (feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transportated by ocean vessels (except for the types of subcontracts listed at 47.504(d)). All quotes are due into this office no later than April 16, 2010 @ 3:00pm eastern standard time. They can be faxed in to 305.415.7092 or scanned and emailed to debra.a.smith@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCMi/HSCG28-10-P-DX3434/listing.html)
 
Place of Performance
Address: USCG Hitron Jacksonville, 13520 Aerospace Way, Hangar 13, Jacksonville, Florida, 32221, United States
Zip Code: 32221
 
Record
SN02097977-W 20100321/100319235512-74d35019e47c1170447344e4b81be4fb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.