Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

Z -- USACE GAVINS POINT PROJECT LOCATED NEAR YANKTON, SD. REGROUT GLASS BLOCK WINDOWS AT POWERHOUSE. POC MICHAEL CALLAGHAN 402-667-2563

Notice Date
7/29/2010
 
Notice Type
Presolicitation
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-Q-G029
 
Response Due
8/27/2010
 
Archive Date
10/26/2010
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USACE, GAVINS POINT PROJECT, REGROUT GLASS BLOCK WINDOWS @ POWERHOUSE; COMPLETION DATE NOVEMBER 1, 2010. CONTRACTUAL POC DAVID BECKER, 402-667-2530; TECHNICAL POC MICAHEL CALLAGHAN, 402-667-2563. 1.SCOPE OF WORK: Contractor shall be responsible for all labor and material required to remove and re caulk approximately 3,040 lf of glass block window perimeter, interior and exterior sides. Upon removal of the old caulk material the oakum packed between the glass and concrete wall will be removed and replaced with a closed cell polyethylene backer rod material (exterior side only), and surfaces cleaned prior to re-caulking. The interior side will require removal of old caulk, cleaned and re-caulked with specified material. The caulk material used shall be equal to or better than the Tremco, Spectrem 2 High-Performance Silicone Sealant. All work shall be completed as per the enclosed drawings and specifications. 2. BEST VALUE: Award to the successful contractor shall be based on Best Value rather than low bid per FAR regulation 52.212-2 EVALUATION (JAN1999).The bids will be based on the following factors: a.Past experience of similar work b.Contractor supplied materials and equipment. c.Time for completion of contract. d.Price. Items a, b, and c when combined, are significantly more important than price. 3. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: The Contractor will be required to commence work under this contract on the date of receipt by him of Notice to Proceed, to prosecute said work diligently and to complete the entire work by November 1, 2010. The time stated for completion shall include final cleanup of the premises. 4. CONTRACT DRAWINGS AND SPECIFICATIONS: Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work but they shall be performed as if fully and correctly set forth and described in the drawing and specifications. The Contractor shall check all drawings furnished him immediately upon their receipt and shall promptly notify the Contracting Officer of any discrepancies. 5. SITE VISIT: Offerors or quoters are urged and expected to inspect the site where the work will be performed. 6. APPROVAL OF MATERIALS: The Contracting Officers Representative shall approve all materials before being used in subject contract. 7. SPECIAL REQUIREMENTS: Prior to work being done contractor shall submit a written plan on how the work will be accomplished in a safe manor, as well as a list of the equipment used to obtain a safe work environment to complete this project. 8. TAXES Nebraska. 8.1. NEBRASKA SALES AND EXCISE TAX. Materials installed under this contract are not exempt and the tax must be included in the amount bid. Telephone: (402) 595-2065 (Department of Revenue-Omaha). 9. PROTECTION OF EXISTING FACILITIES: Contractor shall be responsible for protection of the building from any damage that may occur to the building during the construction. Any damage done to the building due to the construction shall be repaired at the cost of the contractor. 10. ENVIRONMENTAL PROTECTION: In order to prevent, and to provide for abatement and control of any environmental pollution arising from the construction activities in the performance of this contract, the Contractor and his sub contractors shall comply with all applicable federal, state and local laws and regulations concerning environmental pollution control and abatement. a. Notification: The Contracting Officer will notify the Contractor in writing of any non compliance with the aforementioned federal, state or local laws or regulations. Such notice, when delivered to the Contractor or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. The Contractor shall, after receipt of such notice, immediately inform the Contracting Officer of proposed corrective action and take such action as may be approved. If the Contractor fails or refuses to comply promptly, the contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall make the subject of a claim for extension of time or no part of the time lost due to any such stop orders for excess costs or damages. 11. SAFETY REQUIREMENTS: The Contractor shall ensure that safe working practices are utilized and that all equipment meets the requirements of the US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385 1 1, September 1996, before work begins. A copy of the above manual is available at the Gavins Point Dam Project Office. a. Ground Fault Circuit Interrupters: In addition to the requirements of paragraph 11.C.05 of EM 385 1 1, ground fault circuit interrupters are required for all extension cord systems. b. First Aid and Medical: First aid facilities shall be made available on the job site. Arrangements for emergency medical attention shall be made prior to start of work. All emergency numbers (doctor, hospital, ambulance, fire department) shall be posted, or made available at the work site. 12. HOUSEKEEPING: Daily clean up of all debris and waste materials are required. Adequate disposal containers shall be placed strategically around the site. Debris shall be removed on a regular basis. 13. AVAILABILITY AND USE OF UTILITY SERVICES: Use of public and private utilities will be as found available. The Contractor shall make his own arrangements for use of public and private utilities. 14. WORK AND MATERIALS GUARANTEE: The Contractor will guarantee materials for one year from the date the Government assumes use of the equipment or materials. 15. PAYMENT: Payment for subject work will be for entire work complete in conformance with this specification and drawings, and paid within 30 days of acceptance by the Government and receipt of a proper invoice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-Q-G029/listing.html)
 
Place of Performance
Address: USACE District, Gavins Point Project 55245 Highway 121 Crofton NE
Zip Code: 68730
 
Record
SN02222691-W 20100731/100729235916-cc6ff2578a45f0cea57c83f4b73cf71c (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.