Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

Z -- Gutter Maintenance and Repair

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3250305AQ01-GUTTER
 
Archive Date
9/15/2011
 
Point of Contact
Peter J. Ungacta, Phone: 240-612-5638, Aaron P. Gravelle, Phone: 240-612-5641
 
E-Mail Address
peter.ungacta@afncr.af.mil, aaron.gravelle@afncr.af.mil
(peter.ungacta@afncr.af.mil, aaron.gravelle@afncr.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
*NEW QUOTE CLOSING DATE: 06 Sep 2011 AT 1200 EST!!! Gutter Maintenance and Repair Services 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. 2. Solicitation number F1D3250305AQ01 is being issued as a Request for Quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. 4. This solicitation is set-aside for HUBZONE. The North American Industry Classification System (NAICS) code is 561790, Other Services to Buildings and Dwellings, and the small business size standard is $7 million. 5. The Government will award a firm fixed price contract for Gutter Maintenance and Repair Services. 6. Statement of Work is included in paragraph 12. The contractor shall provide all labor, equipment, materials, and perform all work required by the contract for gutter cleaning and repairs at various locations on Joint Base Andrews, Davidsonville, and Brandywine Maryland in accordance with the Statement of Work. 7. The provisions at 52.212-1, Instructions to Offerors-Commercial; 52.252-1, Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil; 52.252-5 Authorized Deviations in Provisions: (b) DFAS (Chapter 2), and 252.225-7000; FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror on the basis of Lowest Price Technically Acceptable (LPTA). Offerors must provide all items outlined in the Statement of Work to be considered technically acceptable. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote conforms to the combined synopsis/solicitation and represents the LPTA. The Government intends to make award to the responsive firm without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government reserves the right to eliminate from further consideration, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major quote rewrite or revision. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 8. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). 9. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003), 52.233-3 - Protest After Award (Aug 1996) and 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004). The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) (DEV), 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002) apply to this acquisition. The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-001, Ceremonial Events; 11CONS-004, Environmental Compliance; 11CONS-007, Personnel Security Requirements; and 11CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMAN (APR 2010). To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. 10. All quotes must be sent via electronic mail (email) to POC: SSgt Peter J. Ungacta at peter.ungacta@afncr.af.mil. Quotes shall be submitted no later than 06 Sep 2011, 12:00 PM EST. 11. All questions must be sent via electronic mail (email) to POC: SSgt Peter J. Ungacta at peter.ungacta@afncr.af.mil. Questions shall be submitted no later than 26 Aug 2011, 12:00 PM EST. 12. Statement of Work Statement of Work Gutter Maintenance and Repair Description of Work: Request to replace, repair or clean gutters and downspouts removing all leaves, twigs, limbs, pine straw, rocks and other debris. Clogged gutters and downspouts shall be cleaned out to ensure positive drain flow. Repair with straps, fastener assembly and expansion joints. Broken, damaged, misaligned, or leaking gutters and downspouts shall be repaired or replaced. Loose hangers and fasteners shall be tightened. Install aluminum leaf guard for commercial type gutter, 5" - 6" box, or install leaf guard on residential type ogee gutter. A water leak test will be performed after any gutter repair with a zero leak tolerance. Any excess materials and debris shall be disposed of and removed from government property. 1.1 Scope. Work covered by these specifications consist of providing all labor, equipment, and materials and performing all work required by the contract for gutter cleaning and repairs at various locations on Join Base Andrews Maryland, Davidsonville, and Brandywine Maryland in accordance the performance work statement. 1.2 Services Description. 1.2.1 Tasks: Contractor shall replace, repair and or clean gutters and downspouts by removing all leaves, twigs, limbs, pine straw, rocks and other debris. Clogged gutters and downspouts shall be cleaned out to ensure free water flow. Repair loose gutters with straps, fastener assemblies and expansion joints. Broken, damaged, misaligned, or leaking gutters and downspouts shall be repaired or replaced with a suitable substitute gutter. Loose hangers and fasteners shall be tightened or replaced. Install aluminum leaf guards for commercial type 5" - 6" box gutters, and or install leaf guards on residential type Ogee gutters. A water leak test will be performed after any gutter repair with a zero leak tolerance. Any excess materials and debris shall be disposed of and removed from government property. 1.2.1. Gutters and Downspouts 1.2.1.1. Clean gutters and downspouts by removing all leaves, twigs, limbs, pine straw, rocks, and other debris. - 1.2.1.2. Clean out clogged gutters and downspouts to ensure positive drain flow. 1.2.1.3. Repair or remove and replace gutters complete with straps, fastener assemblies and expansion joints. Broken, damaged, misaligned, or leaking gutters and downspouts shall be repaired. 1.2.1.4. Tighten loose hangers and fasteners. 1.2.1.5. Install aluminum leaf guard for commercial type gutters, five-six inch (5" or 6") box and residential type Ogee gutters. 1.2.1.6. Perform a water leak test after all gutter installations or repair. 1.2.1.7. Any excess materials and debris, as a result of the work, shall be disposed of and removed from Government property. 1.2.2 Contractor Requirements: 1.2.3.1 Provide a folder to 11th CES Maintenance Engineering, no later than 14 days from inspection date. The required folder shall include: completed written maintenance inspection checklist, the digital jpeg pictures of gutter discrepancies, and an overall gutter assessment summary typed in a word document on a computer disk per building inspection. 1.2.3.2 Debris shall be removed in a timely manner. 1.2.3.3 Debris shall be removed using contractor's dumpsters/containers/trucks for hauling and disposal. 1.2.3.4 Contractor shall provide a copy of the Quality Control Plan to the Contracting Officer within 10 working days of Award notification. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES: 2.1. Government Furnished Property: None 2.2. Government Furnished Utilities: The Government will provide electric, water, sewer, utilities, police protection and fire protection. 2.3. Medical: The Government will provide necessary emergency medical services at Malcolm Grow Medical Center, Building 1050, for contracted employees while performing work on this installation. The contractor is responsible for reimbursing the Government for all medical services provided. 3. GENERAL INFORMATION: 3.1. Damage: Contractor shall repair or replace any government property damaged by the contractor at no additional expense to the government, 3.2. Work Hours: Work hours shall be during normal duty hours (0730 to 1700, Monday thru Friday, excluding Federal Holidays). Contractor shall coordinate with the Contracting Officer (CO) and Contracting Officer's Representative (COR) to ensure the COR is present intermittently during the scheduled workday. 3.3. Period of Performance: The Contractor shall complete the required work within 365 calendar days from notice to proceed. 3.4. Emergency: In the case of an emergency, the Contracting Officer's technical representative, base fire chief, and base operations officer or their representative, shall have the authority to order the contractor to terminate work and clear the area of personnel and equipment. 3.5. Security: The contractor will safeguard all government property and materials provided for their use. The contractor shall be responsible for the actions of his subcontractor's employees while performing work under this contract on the installation. In addition, the contractor agrees to abide by all security regulations and procedures, as stipulated by Security Forces, and to surrender all permanent type passes issued to him, pursuant to this paragraph, upon completion of this contract. The contractor shall submit an original written request on company letterhead for each employee to the Contracting Office specifying employee name, social security number, home address employer and tag number and state when performing work under this contract. A base wide identification card and vehicle pass shall be obtained for all employees including subcontractors. The contractor's employees shall have possession of his/her pass at all times while working on the installation. The contactor shall return any pass when employment and/or contract obligation is terminated. Lost or stolen passes shall be reported in writing immediately to the Contracting Officer. 3.6. Health, Safety, and Environment: Contractor shall follow all applicable state, federal, and local laws pertaining to health, safety, and environment. 3.7 Quality Assurance: The government will evaluate the contractor's performance by appointing the COR to monitor performance to ensure services are received. The COR will evaluate the contractor's performance through an onsite inspections. 4. Partnering Agreement: Inherent within this SOW is a partnering agreement between the Government and contractor to ensure joint cooperation and soundness by both parties in achieving mutually beneficial goals. When deemed necessary, the contractor agrees to meet with the CO and COR or any other Government personnel concerning performance of this contract. SECTION 01012 SPECIAL CONDITIONS PART 1 - GENERAL 1.1.1 Technical Representative: Commander, 11th Civil Engineer Squadron, or his representative, is designated as the Construction Contract Inspect. This designation includes, but is not limited to, the following specific functions of this contract: 1.1.1 Technical administration and inspection. 1.1.2 Recommending approval of shop drawings, samples and materials. 1.1.3 Testing materials not otherwise specified to be performed by the contractor or others. 1.1.4 Coordinating work operations. 1.2 Drawings and Specifications: Drawings and the specifications are the property of the Government and shall not be used for purposes other than those contemplated by the contract. Upon contract award, the Government will make available to the contractor upon request, one complete copy of the plans and specifications. Any additional reproduction copies required shall be the contractor's responsibility. 1.3 Submittals: Submit the following in accordance with Section 01300 "Submittals", A. SD-60 Health and Safety Plan. B. SD-08 Approved Sediment and Erosion Control Plan. C. SD-01 Construction Photographs. 1.4 Base Regulations: The contractor shall conform to all Base Regulations and directives. As far as possible, those that pertain to security, safety, traffic, fire, and personnel clearances, insofar as they apply to the contractor's activities, will be identified specifically at the pre-performance conference,. The contractor shall be responsible for providing and placing barricades, providing traffic control, safety watchmen and lighting and safety devices during all construction activities. 1.5 Accident Prevention: The contractor shall comply with all Air Force Occupational Safety & Health Standards, (AFOSH Standards). Copies of AFOSH Standards are available for review thru the Base Safety office. 1.5.1 Confined Spaces: Contractors which enter confined spaces during construction operations shall do so in strict accordance with AFOSH Standard 127-25. The contractor shall request the proper permits for access from the Contracting Officer, in writing a minimum of 10 work days prior to confined space entry. All permits shall be issued by base safety. The contractor shall provide any and all necessary testing, sampling, ventilation, equipment and supervision services to enter confined spaces. 1.6 Occupational Safety and Health Act: Contractors shall comply with OSHA 1926, Construction Standards and the portions of OSHA 1910 standards that are applicable to construction. The Army Corps of Engineers Manual EM 385-1-1, will be used in the absence of guidance in OSHA standards. 1.7.1 Health and Safety Plan Submittal: SD-60. The contractor shall prepare and submit for Government review, a site/contract-specific Health and Safety Plan in accordance with Occupational Safety and Health Administration (OSHA) 29 CFR 1910.120. 1.7.2 Safety Plan: The Plan shall establish a site/contract-specific program for medical surveillance, training, hazard assessment, worker protection, site control, accident prevention and response to emergencies. Standard practices and procedures of industrial hygiene, occupational health and safety, and environmental protection shall be prescribed in the plan. The plan shall also include Material Safety Data Sheets (MSDS) for all hazardous materials associated with the contract. 1.7.3 Plan Review: This Plan must be reviewed by appropriate base agency prior to the commencement of all on-base work. 1.8 Fire Protection: Welding, Cutting, Brazing and Burning Operations. 1.8.1 Welding Operation: All welding and burning operations will be accomplished in strict compliance with the requirements outlined in AFOSH Standard 127-5; the National Fire Protection Association Standard 51B, Andrews Air Force Base Regulation 92-1 and the Department of the Army Corps of Engineers General Safety Requirement Manual EM 385-1-1. Prior to starting any welding, brazing, or burning operations, the contractor shall ensure that the person performing the work, obtains a permit to do so. This permit, USAF Welding, Cutting and Brazing (AF Form 592), is the only acceptable authorization for performing this type of work. The request for this permit can be accomplished by contacting the Andrews Air Force Base Fire Department at (301) 981-4985. A Fire Department representative will respond to the work site, evaluate the conditions and issue the appropriate permit as required. Normally, this is accomplished within one hour after receiving the request from the person requesting the permit. A copy of each permit will be retained at the work site until the work has been completed. The contractor shall provide, as a minimum, two portable fire extinguishers acceptable to the Base Fire Department at each location where operations of this type are to be conducted. Extinguishers shall meet the requirements outlined in AFOSH Standard 127-56 and by the Base Fire Department. 1.8.2 Housekeeping: The contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage and/or personal injury. All scrap materials, rubbish and refuse shall be removed daily from in and around the building and shall not be permitted to be strewn on adjacent property. 1.8.3 Storage of Flammables: Suitable secure storage space shall be provided by the contractor, outside the immediate building area for the storing of flammables/combustibles of any type. No storage will be permitted inside of the building. The storage space shall be properly identified in accordance with applicable Federal, National and Local Regulations as outlined by the Base Fire Department. Flammable or combustible liquids being used inside the building will be kept to a minimum and removed from the building during unused periods. 1.8.4 Fire extinguishers: Two operational fire extinguishers shall be required at each area or location where hazardous operations are being performed. These include, but are not limited to, welding, cutting, brazing, burning, soldering or melting. Operations that produce flying or dripping slag, metal or embers shall have sufficient non-combustible materials on site to protect against fire damage or personal injury due to the operation. This may include fire resistant blankets, as required, by the Base Fire Department. When supplemental temporary heating devices are used, a fire watch will be present to cover all periods when such devices are in operation. 1.8.5 Extinguisher Requirements: Both portable fire extinguishers shall meet or exceed a rating of 4A-40BC, as listed by Underwriters Laboratory, Factory Mutual or any National Acceptable Testing Laboratory. Extinguishers not meeting this requirement are not acceptable. 1.8.6 Fire Alarms: For work operations which require any Base fire detection, alarm or suppression system to be disabled, the contractor shall request in writing a minimum of two days in advance and prior to taking the system out of operation, so that the Contracting Officer may notify the Base Fire Department of the requirement. The contractor shall also verify that the fire department has in fact been notified, prior to taking systems out of service. 1.9 Coordination of Work Operations: The work to be performed under this contract is on an active Air Force Base. The contractor shall coordinate all work operations with the Contracting Officer prior to starting any work under this contract. The contractor shall have a superintendent who speaks, reads, writes and understands the English language to act for the contractor and to be available on the job site throughout each work day. 1.10 Notification: The contractor shall notify the Contracting Officer in writing, when planning to be absent from the project site for more than two work days. Prior to returning to the project, the contractor shall notify the Contracting Officer. 1.11 Contractor's Employee Parking: The contractor's employees shall park only in areas assigned by the Contracting Officer. 1.12 Speed Limit: The base speed limit is 25 miles per hour unless posted otherwise. The speed limit in all Family Housing areas is 15 mph. Speeding tickets and fines are issued for violations and shall be the contractor's responsibility. 1.13 Contractor's Employee Restriction: Contractor employees shall be restricted to areas of the base within the scope of this work; plus, direct routes to and from the site as may be approved at the pre-performance conference with regard to work scheduling and material handling. The contractor's employees will have in their possession at all times a valid picture ID and their base identification pass. 1.14 Work Hours: Work for all operations, other than that in, around or associated with Family Housing, shall be performed during the normal work week, Monday thru Friday, 0700 to 1700. Work in, around or associated with Family Housing shall be from 0800 to 1700, Monday thru Friday. Work shall not be scheduled for any Federal Holiday. Deviations from the normal work week will not be granted except under unusual circumstances. Requests for permission to work on Saturdays, Sundays, and/or Federal holidays shall be submitted to the Contracting Officer for approval in writing, a minimum of five days in advance of the proposed scheduled change. 1.15 Severe Weather Warning Requirements: When notified by the Contracting Officer that a severe weather warning has been issued for the area in which construction is being performed, the contractor shall immediately take action to tie down, or otherwise secure, structures, materials, and equipment on the job site that could become missiles as a result of strong surface winds, thunderstorms, or other weather-related conditions. This requirement is applicable twenty-four (24) hours a day, seven (7) days a week. 1.16 Environmental Protection: The contractor shall provide and maintain environmental protection during the life of the contract as defined herein. Environmental protection shall be provided to correct conditions that might endanger the environment during normal construction operations. Fully conform to Section 01560 Environmental Protection. Definitions are as follows: 1.16.1 Sediment: Soil and other debris that have eroded and have been transported by runoff water or wind. 1.16.2 Solid Waste: Rubbish, debris, garbage, and other discarded solid materials, except hazardous waste as defined in paragraph entitled "Hazardous Waste," resulting from industrial, commercial, and agricultural operations and from community activities. 1.16.3 Rubbish: Combustible and non-combustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. 1.16.4 Debris: Combustible and non-combustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. 1.16.5 Chemical Wastes: This includes salts, acids, alkalizes, herbicides, pesticides, and organic chemicals. 1.16.6 Sanitary Wastes: 1.16.6.1 Sewage: Wastes characterized as domestic sanitary sewage. 1.16.6.2 Garbage: Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. 1.16.7 Hazardous Waste: Hazardous substances as defined in 40 CFR 261 or as defined by applicable state and local regulations. 1.16.8 Oily Waste: Petroleum products including all fuels and lubricants and bituminous materials. 1.16.9 Erosion and Sediment Control Measures: 1.16.10 Burn Off: Burn-off of ground cover will not be permitted. 1.16.10.1 Reduction of Exposure of Unprotected Erodible Soils: Earthwork brought to final grade shall immediately be finished as indicated and specified. Side slopes and back slopes shall be protected immediately upon completion of rough grading. Earthwork shall be planned and conducted in such a manner as to minimize the duration of exposure of unprotected soils. Unprotected exposure shall not exceed 7 days. 1.16.10.2 Temporary Protection of Erodible Soils: Methods as required shall be utilized to effectively prevent erosion and control of sedimentation and shall be as required by the approved State control plan. Items shall include, but not be limited to, the following: 1.16.10.3 Mechanical Retardation and Control of Runoff: The rate of runoff from all construction sites shall be mechanically retarded and controlled. Provision of silt fencing, straw bales and other methods shall be required for any and all areas in which excavation or other types of soil disturbances are performed. Temporary diversion ditches may be constructed to retard and divert runoff to protected drainage courses. 1.16.10.4 Vegetation and Mulch: Protection shall be provided on side and back slopes when rough grading is complete or when sufficient soil is exposed to require protection to prevent erosion. Protection shall be afforded by accelerated growth of permanent vegetation, temporary vegetation, mulching and netting. Slopes too steep for stabilization by other means shall be stabilized by hydro-seeding, mulch anchored in place, covering with anchored netting, sodding, or such combination of these and other methods as may be necessary for effective erosion control. Control shall be provided no more than 7 days after disturbance of the area. 1.16.11 Control and Disposal of Solid Wastes: Wastes shall be placed in closed metal containers which are emptied on a regular schedule. Handling and disposal shall be conducted in a manner to prevent contamination of the site and other areas. All containers 5 gallons and larger brought onto base shall have the prime contractor's name and telephone number conspicuously marked thereon. 1.16.11.1 Disposal of Rubbish and Debris: The contractor shall transport wastes off Government Property and disposal shall be in a manner that complies with Federal, State and Local requirements. The Contractor shall provide the Contracting Officer with a copy of the State and/or Local permit, or license, which reflects such agencies disposal authorization. The permit, or license, and the location of the disposal area, shall be provided to the Contracting Officer prior to transporting materials off Government property. 1.16.11.2 Garbage: Garbage shall be disposed, by the contractor, off base. Garbage shall be kept in sealed metal containers until disposal is affected. The preparation, cooking, or disposal of food on the project site is strictly prohibited. 1.16.11.3 Sewage, Odor and Pest Control: Chemical toilets or comparably effective units shall be utilized. Wastes shall be periodically collected and removed from the Base. Measures shall be taken to control pests and to mask, or eliminate, undesirable odors. 1.16.11.4 Chemical Waste: Chemical wastes shall be stored in corrosion resistant containers and shall be disposed at least monthly, unless directed otherwise. Disposal of chemical wastes shall be in accordance with Federal, State and Local requirements. Fueling and lubricating of equipment and motor vehicles shall be conducted in a manner that affords the maximum protection against spills and evaporation. Lubricants and oils, to be discarded, shall be disposed in accordance with approved procedures meeting Federal, State and Local regulations. The Contracting Officer shall be notified immediately of oil and hazardous material spills which may be large enough to violate Federal, State and Local regulations. 1.16.12 Dust Control: Dust shall be minimized on and around the work site at all times; including, non-work hours, weekends and Federal legal holidays. Soil, at the site and other areas disturbed by contractor's operations, shall be sprinkled or treated with dust suppressers as necessary to control dust. Dry power brooming will not be permitted. Vacuuming, wet mopping, wet sweeping, or wet power brooming shall be done instead. Air blowing will be permitted only for removing non-particulate debris as from reinforcing bars. Sandblasting will not be permitted unless the dust wherefrom is confined. Only wet cutting of concrete blocks, concrete and asphalt will be permitted. Unnecessary shaking of bags will not be permitted where concrete mortar and plaster milling is done. For construction in building interiors, provide all work required for and actively prevent the spread of dust and debris to all portions of the building and to avoid the creation ofa nuisance or hazard in the surrounding area. Provide barriers, dust stops, drop cloths, exhaust fans, filters, vacuum cleaners and other materials and equipment on a daily basis, to achieve the control of dust and debris. Do not use water if it results in hazardous or objectionable conditions such as, but not limited to, ice, flooding, or pollution. Vacuum and sweep the interior work area daily. 1.16.13 Noise: The maximum use of "low noise emission products", as certified by the Environmental Protection Agency, shall be made when available. Blasting or explosives will not be permitted. 1.17 Truck Hauling on Base: The contractor shall be responsible for covering open-bodied vehicles transporting sand, gravel, fill materials, dirt, construction debris, rubble, or other material which may become airborne and create air pollution on Base. Alternate means, approved by the Contracting Officer, may be employed to achieve the same results as would coverings. All dirt, rubble or debris carried onto existing base pavements by contractor operations shall immediately be removed by the contractor. 1.18 Staging Area: The haul route is identified on the contract drawings. The staging area will be assigned by the Contracting Officer at the pre-construction conference and will be on Andrews AFB. Daily construction work site and staging area clean up shall be accomplished by the contractor. This clean up shall include the placing of construction material and equipment in a neat and orderly arrangement. Rubbish, debris, rubble and garbage shall be disposed of daily off base and shall not be permitted to accumulate. If the contractor has any dumpsters in the staging area, they shall be clearly marked with a sign "for private use only, not for use of base personnel". Dumpsters shall be emptied when contents mounds to height of sides. At the end of the work day, the Contractor shall inspect the site to ensure that all paper, cardboard and similar materials are removed to provide a litter free appearance. Upon completion of all work outlined in the contract drawings and specifications, the contractor shall remove from the confines of the Base, his construction materials and his equipment. 1.18.1 Staging Area Security: The contractor's assigned staging area shall be secured and shall be completely enclosed by the contractor with a minimum 6 foot high temporary fence. The fence shall have a minimum of two six foot wide access gates on opposing sides of the site. The temporary staging area fence shall provide a neat and professional exterior appearance, shall be installed in a true and plumb manner and shall be board-on-board, natural wood construction. All fencing shall be sight proof and shall be provided prior to any placement of contractor items in the staging area at the start of the construction contract. The contractor shall maintain all contractor material and construction items as well as construction dumpsters within the confines of his staging area. The contractor shall be required to maintain the appearance and order of the assigned staging area, both within and without, during the entire duration of the construction contract. During the growing season (April thru October), the contractor shall mow and trim all grass areas within the staging area fence and to a 3 foot minimum distance outside of the fence boundary to maintain neat grassy areas of reasonable length. Grass height shall never be allowed to exceed 6 inches. Grass shall not be allowed to grow up along the temporary fence line. Assume that assigned staging areas will be on grassy areas. Security and maintenance of the staging area and contents thereof is the contractor's sole responsibility. The contractor shall restore the staging area to its original condition at the end of all construction. 1.18.2 Vandalism: The contractor shall be responsible for safeguarding the construction site and the staging area, and all construction equipment and materials against vandalism and theft. 1.19 Marking of Equipment, Trailers and Temporary Offices: The contractor shall ensure that equipment and trucks used on the job, are conspicuously marked with both name and telephone number of owner or leaser. All contractor temporary offices and trailers shall have signs affixed to the exterior, which state the name of the contracting firm, and a name and number of the responsible contracting firm official. The letter size of the firm name shall be a minimum of 8" high with all lettering professionally and neatly prepared. 1.20 Availability and Use of Utility Services: Water and electricity will be available for use by the contractor from the Government's existing system outlets and supplies to perform the work under this contract at no cost to the contractor. The location(s) of the temporary connection points will be designated by the Contracting Officer prior to permitting connections. Materials, labor and other items required to provide the hook up necessary to use the existing Government utility shall be the contractor's responsibility. Electric energy shall not be used for resistance heating except within the contractor's office trailer or unless specifically allowed in the technical sections. The Contractor will not be permitted to use Government telephone service. 1.21 Hard Hats: All contractor personnel shall be required to wear a hard hat while on the construction site. 1.22 Interruption of Utilities: The contractor shall not interrupt existing utilities without obtaining written permission from the Contracting Officer a minimum of seven work days in advance. The outage request shall be made, in writing, at least ten work days in advance of the outage and it shall state the date and duration of the proposed outage. The contractor shall adjust work schedules to keep outages to a minimum. The contractor shall make final connections to existing utility services, furnish material, perform excavation, backfilling, tamping, and finish surface repairs and other labor incidental to making the utility connections. Outages shall not be performed until all required materials and appurtenances are on the construction site. Construction work associated with an outage shall be accomplished in a workmanlike manner, in accordance with the technical provisions referenced and specified in other sections. 1.23 Occupied Buildings: The contractor will be working in and around existing buildings which are occupied and fully furnished. The existing building must remain functional during construction operations. The contractor shall confine work operations and personnel to the specified areas of construction unless otherwise authorized by the Contracting Officer. The contractor shall not be permitted to use the building's toilet facilities; therefore, it is the contractor's responsibility to provide portable toilets in designated work areas. 1.24 Protection and Moving of Property: The contractor shall be responsible for protection of all existing Government features, furnishings and for moving the furnishings in the area of work as necessary to accomplish required work elements and replacing same in their original position. Protection shall include covers, tarps, plastic sheets, barriers and other protection devices. 1.25 Landscape Protection: Provide protection for all existing landscape features such as trees, shrubs, bushes, plantings and sod in and around the area of construction. No existing trees, shrubs, bushes, or other items shall be affected in any way, by contractor actions, unless required by specifications. Prior to any demolition or construction in proximity to any existing landscape feature; the feature shall be protected by fencing, barricades, temporary removal and/or other approved devices. When construction requires that heavy machinery work in close proximity to existing mature trees, the trees shall be protected with a strong 2"x4" frame with 3/4" plywood sheeting barricade or enclosure. No movement or operation of heavy equipment within a tree shadow area or drip line shall be permitted. Any features which require pruning or trimming in order to place new construction materials or to allow clearance for new materials or equipment, shall be pruned or trimmed in a workmanlike manner. All damaged items shall be replaced in kind with new, by the contractor. 1.26 Cutting and Patching: The contractor shall perform necessary cutting and patching to existing walls, ceiling, floor and other areas as necessary for the performance of the contract. Work that is patched, replaced, shall match similar existing work. Cutting and patching shall be performed by mechanics skilled in the trades involved. Patching material shall be of the same type, style, thickness, color, texture and finish to match existing adjacent surfaces. Patching of all brick building exterior finishes shall be performed by the complete removal of all damaged full or partial bricks and the provision of complete new masonry units, keyed into the existing construction and mortar that matches existing construction. Roof and wall openings shall be adequately protected against the elements during all construction phases. Unless otherwise provided by the drawings or specifications, structural members shall not be cut or altered without prior authorization of the CO. 1.27 Dust Barriers: Dust shall be minimized at all times. Dust tight barriers shall be constructed by the contractor within the work area before any demolition or construction, closing off areas which are to remain occupied. 1.28 Security Areas: Work to be accomplished under this contract is in some security areas and the contractor will not be granted unlimited access. The contractor shall contact the Contracting Officer a minimum of five workdays prior to commencement of work to arrange for security escorts and to become acquainted with security requirements. The contractor shall not deviate from any and all indicated security requirements. The contractor shall allow for a 30 minute delay each time a security area is entered to allow for identification and escort. If employees arrive or depart from the security area at different times each will encounter this delay. 1.29 High Visibility Areas: Work performed under this contract is in a designated high visibility area. 1.30 Appearance of Workmen: All contractor employees shall wear work shirts bearing a patch on the front left breast, with the company name or emblem and shall possess at all times an identification card indicating the individual's name, company name, and bearing a picture of the individual. Workmen shall be neat, clean and presentable when working on base. When in or around housing units they shall be particularly presentable and they shall show identification cards to housing occupants prior to entering occupied quarters. The contractor's vehicles shall display emblems indicating the company name. Work clothes shall consist of shoes, shirt, and long pants, or long coveralls. 1.30.2 Objectionable Employees: The Contracting Officer, in writing, may require the contractor to remove from the work site, area, or Base, objectionable employees. Objectionable employees include those employees not properly attired, those employees using profane language or employees which act in an unsafe or reckless manner. 1.30.3 Cleanliness: The contractor shall protect Government property and furnishings that may be in, or adjacent to, the work area with appropriate clean drop cloths, barricades, dust-stops, or other provisions as determined by, or approved by, the Contracting Officer prior to starting work. The contractor shall remove all debris, tools, materials and equipment and other items when work is completed in each particular area. 1.30.4 Daily Clean-Up: Daily construction site and staging area clean-up shall be accomplished by the contractor. This clean-up shall include the placing of construction material and equipment in a neat and orderly arrangement on the site. Equipment and materials must not block access to existing facilities. Rubbish, debris, rubble, and garbage shall be disposed of daily. At the end of the work day, the contractor shall inspect the site and area to ensure that all paper, cardboard, demolition products and similar materials are removed to provide a litter-free appearance. On-Base access routes utilized by construction equipment and/or delivery vehicles shall be maintained free from clay or mud balls, clods, and mud. During the growing season (April thru October), all grass areas in the contractors construction area, within ten feet of contractor staging and construction areas or within 10 feet of buildings or portions of buildings under construction shall be mowed and trimmed to maintain neat grassy areas of reasonable length, by the contractor. Grass height shall never be allowed to exceed 6 inches. 1.31 Dumpster Use: The contractor shall be fully responsible for securing construction dumpsters from potential filling or use by unauthorized personnel. Securing may be thru the use of lockable covers or by controlling access to the dumpsters thru the use of fencing that matches that specified for the contractor staging area or by locating the dumpsters within the assigned staging area. 1.32 Catalytic Converters: No vehicle equipped with a catalytic converter shall be permitted to operate within 50 feet of any aircraft, on or near the taxiways or runways, around fuel spills, in POL areas, in munitions areas or in other potentially hazardous areas when identified and/or placard. 1.33 Tools and Equipment: All hand tools and equipment utilized by the contractor must be suitable for use in the area required. Explosion proof equipment, special low noise equipment and other special equipment shall be provided as specified. Additionally, if the specific work area so dictates, the equipment used shall be Class 1, Division 1, suitable for Hazardous (Classified) locations. 1.34 Removal and Salvage: Materials produced in demolition or removed from the project which are to remain the property of the Government and be classified as salvage, are specified below. Materials classified as salvage shall be removed, by the contractor, to the Salvage Yard at Fort Meade. The contractor shall protect all materials in transit to the salvage yard. The contractor shall call the Salvage Yard (DRMO: (301) 667-6366), 5 days in advance of delivering any salvage materials, and call DRMO again 24 hours before any delivery to confirm their appointment. 1.35 Location: West Side 1.36 Salvage List: Pole-mounted transformers 1.37 Exterior Painting and Colors: Contract construction is on an active Air Force Base which has a comprehensive building exterior colors and architectural compatibility policy. All equipment and materials provided or worked on in this construction project that are in an outdoor and visible location, shall have specific contractor provided consideration as to appearance and color. These specific requirements do not apply to materials or equipment that will be provided in an interior and concealed location, such as in mechanical rooms or spaces above ceilings. Unless modified in other technical Sections, all exterior (outdoor) and visible materials and equipment provided or affected under this contract, such as, but not limited to, the following items shall have required coatings and coating colors. 1.38 Architectural features such as trim, flashing, rain gutters, downspouts, exterior metal doors, etc shall all be provided as specified, in a brown color matching Federal Standard No. 595a, color 20045. All other exterior and visible items shall have coatings with full color consideration. Final selection of the material color shall be as approved by the Contracting Officer for items which are not specifically listed above. 1.39 Climatic Factors: The following Summary of Annual Climatic Factors for Joint Base Andrews is provided to the contractor for information purposes in scheduling the required contract work. In granting time extensions pursuant to contract clauses, the Contracting Officer will take such factors into consideration. The contractor shall take into account usual and customary climatic factors when scheduling construction elements. SUMMARY OF ANNUAL CLIMATIC FACTORS, JOINT BASE ANDREWS TEMPERATURE JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC ANN Extreme Maximum 77 80 87 96 96 101 105 101 100 92 84 76 105 Mean Daily Maximum 41 44 53 64 74 82 86 84 78 67 56 45 65 Mean Daily Minimum 27 28 35 45 54 63 68 66 60 48 39 30 47 Extreme Minimum -5 -4 10 23 33 42 47 45 38 28 13 6 -5 PRECIPITATION JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC ANN Maximum Precipitation 8.0 6.7 6.6 8.8 11.3 10.5 14.3 14.2 12.6 7.5 7.1 6.9 62.05 Maximum Snowfall 26.5 31.3 27.6 2.8 T - - - - 3.8 14.0 17.5 55.4 Monthly Mean Precip (in) 3.1 2.8 3.6 3.1 4.1 3.6 4.4 4.3 3.6 3.3 3.4 3.4 42 Snowfall (in) 6.7 6.5 3.4.1 T 0 0 0 0.1 1.3 3.2 21.5 Mean Number of Days with Measurable Precipitation 10 9 11 10 11 10 10 9 8 7 9 9 11.3 Snowfall (Measurable) 3 3 1 1 0 0 0 0 0 0 1 2 11 WINDS Percent Frequency of Occurrence JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC ANN Calm 12 11 8 10 13 14 14 13 14 15 14 13 14 1-9 Knots 64 60 58 63 74 76 77 78 77 71 64 63 70 11-20 Knots 23 26 32 27 14 10 8 9 9 14 22 22 13 20-30 Knots 2 22 21 1 1 1 1 1 1 1 1 1 3 More than 30 Knots 1 1 1 1 0 0 0 0 0 0 1 1 1 Peak Gusts 60 62 69 54 70 64 74 60 59 47 54 57 74 - End of Section -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3250305AQ01-GUTTER/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Davidsonville, and Brandywine Maryland, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02553583-W 20110831/110829235434-36f39c27f72bd91e6fd5522695597be3 (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.