Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
MODIFICATION

Z -- LEAD-BASED PAINT REMEDIATION CLEANUP/SIT

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G11PS00372
 
Response Due
8/31/2011
 
Archive Date
9/30/2011
 
Point of Contact
David May
 
E-Mail Address
Contracting Specialist
(goakeley@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work:Lead-Based paint / Remediation/Cleanup at Sitka Quarters / Phase 2 Introduction:The US Geological Survey (USGS) maintains geomagnetic observatories throughout the United States.The observatories are tasked with continually monitoring the magnetic field of the earth and generally consist of an office, sensor and electronic buildings, and one or more houses. Most of the houses were built prior to the 1970's and require remediation/cleanup of lead hazards. This statement of work is a Lead Based Paint Renovation Project and is to perform remediation/cleanup of previously identified lead-based paint on the outside of two quarters at the Sitka Magnetic Observatory in Sitka, Alaska. The inside remediation of both houses was accomplished during July 2010. This work will consist of exterior work only. The contractor will furnish all materials, supervisors, travel, equipment, and labor necessary to complete the work listed below. Work shall take place Monday through Saturday 8 a.m. to 7 p.m. Due to severe wet weather conditions in Sitka, Alaska, contractor shall have 180 days to complete project from date of award. Location of Work:The work shall take place at the following two locations: 1) 500 Geodetic Way, Sitka, Alaska (main Quarter/Office). This is a house with an attached office. Approximate square footage is 3,769 (3 floors; basic footprint of 1,256 square feet). The house was built in 1940. Windows (not including basement windows) were replaced in 2008. Currently occupied by a family of four. The attached office has two part-time employees.2) 502 Geodetic Way, Sitka, Alaska (Small House). Approximate square footage is 1,410 (2 floors; basic footprint 705 square feet). The house was built in 1940. Windows (not including basement windows) were replaced in 2006. Currently this house is unoccupied. All remediation, disposal, and cleanup must be done using the Housing and Urban Development (HUD) publication "Guidelines for the Evaluation and Control of Lead-Based Paint hazards in Housing" (hereinafter referred to as the HUD Guidelines). Disposal of lead-based paint will follow the EPA rules (EPA Fact Sheet EPA 530-F-03-007) on lead-based paint disposal published June 2003 and all federal, state, and local regulations. Contractors must have a lead-based paint remediation certificate. Quotes should have a separate price for each house. Each house will be completed as a separate job from start to finish. Line Items:500 Geodetic Way (Main Quarter/office):1. Cover all exterior window and door trim with cement board siding with 50-year warranty or with red cedar and paint with 3 coats of high quality exterior trim paint to match existing. Trim shall be installed following all manufacturer instructions. Trim that was covered during the 2002 siding replacement shall not be recovered (this should be evident during inspection). Trim piece below windows shall be covered. Caulk all joints and gaps with highest quality exterior white caulking. Geodetic Way (Small Quarter):1. Remove and dispose properly of all curved soffit and trim material including returns. Replace curved trim with flat cement board trim with 50-year warranty. Soffit and trim shall be installed following all manufacturer instructions. Caulk all joints and gaps with highest quality exterior white caulking.2. Remove and dispose properly of exterior handrails. Cut each upright at stair level. Replace handrails to code with red cedar to match window and/or siding trim. Paint handrails with 3 coats of high quality exterior paint to match color on 500 Geodetic Way.3. Install exterior grade l" plywood over existing siding. Old siding must be completely covered. Caulk all joints and gaps with highest quality exterior white caulking.4. Install moisture eliminating rain screen combined with a water resistive barrier over plywood following all manufacturer instructions for installation.5. Install new siding and trim with cement board siding with 50-year warranty of same size and reveal to match siding on 500 Geodetic Way. Trim shall be cement board with 50-year warranty, red cedar, or other non-wood product (to be approved by USGS technical representative). Caulk all joints and gaps with highest quality exterior white caulking. Cement-board siding and trim may be pre-painted or paint with 3 coats of high quality exterior paint to match color on 500 Geodetic Way.6. Cover all exposed original window trim with cement board trim or with red cedar. Caulk all joints and gaps with highest quality exterior white caulking. All cedar shall be painted with 3 coats of high quality exterior paint. Siding and trim shall be installed following all manufacturer instructions for installation. Instructions:Work Practices and Engineering ControlsThis project is a Lead Based Paint Renovation Project. Work must be conducted by qualified firms and individuals certified as Lead Workers in accordance with HUD Guidelines. All work will be done in accordance with federal, state, or local regulations. The Contractor must comply with all such applicable standards and regulations. Industrial Hygiene/Clearance VerificationFinal clearance visual inspections and testing of trim paint on outside of quarters must be performed and completed using EPA-certified paint testing swab such as Lead Check by Hybrivet Systems, Inc. by the contractor. The USGS Point-of-contact or someone designated by the Point-of Contact must be present during the swab tests. A satisfactory test is when no lead paint is present. Each Quarter shall be tested in 10 locations on all four sides. ScheduleWork must be coordinated with personnel and tenants on site by the USGS Contact. The Contractor must provide two weeks advance notice of beginning work on the Large Quarter/Office so that personnel and tenants can be notified and schedules coordinated. SubmittalContractor shall submit documentation that the Contractor and workers are certified by the EPA and the state (if required in the state). Submittal required before any work begins. DeliverableOne completion report, including written report of swab testing by USGS Point-of-Contact, with copies sent to the following individuals before invoice is submitted. One (1) copy shall be sent to; Eva Bryson,Chief, Security and Environmental Management, US Geological Survey, PO Box 25046, MS 205, Denver,CO 80225 and one (1) copy to Carol Finn, Geomagnetism Group Leader, US Geological Survey, PO Box 25046, MS 966, Denver, CO 80225. Deliverable required 3 weeks from completion of work.Point-of-Contact: Jeff Fox, US Geological Survey, Denver Federal Center, PO Box 25046, MS 966, Denver, CO 80225, 303-273-8659, cell 303-513-3566, jfox@usgs.gov. GENERAL PERFORMANCE AND REQUIREMENTS 1. The contractor shall furnish all design, calculations, materials, labor, equipment, and supervision to complete the statement of work.2. Contractor shall protect existing structures and finishes, both interior and exterior, from damage during construction.3. Coordinate with the Project Manager any required utility outages a minimum of 48 hours in advance.4. Keep dust and dirt pollution to a minimum and ensure safety of persons in the work area.5. Contractor shall be responsible for the repair or replacement of damaged building material or components resulting from the demolition or installation of items under this contract. Materials and methods shall match existing.6. Contractor shall take all necessary precautions to prevent fires or injury to the public, building occupant(s), or damage to property of others during the performance of this contract.7. After all work is completed according to the specifications of this contract, the contractor shall thoroughly clean the work area, building interiors and/or exteriors, and remove all construction debris from the site. Before scheduling a final inspection, all cleaning shall be completed and tools, equipment, surplus materials, and rubbish shall be removed.8. Final inspection and acceptance shall be performed with the contractor, on site by the Project Manager upon completion of job performance with the contractor, on site. First inspection shall be performed a minimum of 7 days prior to the final inspection with the contractor, on site. A punch list of issues and or errors will be fixed prior to final inspection and acceptance.9. Contractor shall train designated personnel in adjustment, operation, maintenance, and safety requirements of all equipment and/or systems installed.10. Contractor shall furnish a complete set of maintenance data, applicable drawings, schematics, and warranty information to the facilities manager. QUALITY ASSURANCE:1. Contractor shall be responsible for complying with all National, Federal, State and local laws, codes and regulations in connection with the execution of the work. All work shall be in accordance with the latest version of applicable codes and standards.2. Contractor is responsible for visiting and inspecting the site to verify measurements, ascertain the nature and quality of the work to be performed, inform themselves of the general and local conditions (which can affect the work or the cost thereof), and compare the specifications with the work to be performed. Failure to do so will not relieve the successful contractor of their responsibility for estimating properly the difficulty or cost of furnishing materials and successfully performing the work described in this award. 3. The contractor may use utility services and toilet facilities of the building.4. Any changes affecting the statement of work shall originate from or be approved by the Contracting Officer.5. All materials and workmanship shall be subject to the inspection and approval of the Project Manager. All work unsatisfactorily performed shall be promptly corrected and made acceptable to the Government at no extra cost. SCHEDULE AND DELIVERY PERFORMANCE: USGS Geomagnetic Observatory500 Geodetic WaySitka, AK48 hours advance notice of delivery and start of work will be required to gain site access. Modifications will be requested by the Project Manager, when needed. A written modification will be issued. The modification will specify quantities required, locations, special instructions and completion time agreed to by the Contractor, Contracting Officer and Project Manager. Final inspection and acceptance shall be performed with the contractor, on site by the Project Manager upon completion of job performance. MATERIALSThe contractor shall furnish all supplies, materials, and equipment necessary for performance of the work included in this contract unless otherwise specified. Materials and supplies to be used shall be commercially available products of reputable manufacturers or suppliers and shall be of a quality to conform to applicable Federal Specifications. SPECIFICATIONSIn any case of discrepancy in the specifications, the matter shall be immediately submitted to the Contracting Officer, without whose decision said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. Any changes affecting the scope of the work shall originate from and be approved by the Contracting Officer. SCHEDULING CONTRACT WORKThe contractor shall make necessary arrangements with the Project Manager to perform the work and shall arrange and schedule his work so that the minimum amount of interference with government activities will result. CONDITIONS AFFECTING THE WORKIt will be the responsibility of the contractor to inspect the site, determine quality of work involved. Compare the specifications with the work to be done, and inform themselves as to all conditions, including other work, if any, being performed. Failure to do so will in no way relieve the successful contractor from the necessity of furnishing any materials or performing any work that may be required to carry out the contract in accordance with the true intent and meaning of the specifications without additional cost to the Government. EMPLOYEESThe contractor shall be responsible at all time for the supervision and control of the employees that may be assigned to render services under the contract. Fully qualified work personnel shall be available for work at project beginning and shall be maintained throughout the period of performance. The contractor shall make certain that its employees do not disturb papers on or inside desks or cabinets and that they make no use of the telephones or office equipment which has been provided for Government personnel in their defined capacity. At all time, the work under this contract shall be carried out in such a way that there is a minimum of interference with Government activities. LICENSES-PERMITSThe contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses or permits, and for complying with any Federal, State, and Municipal laws, codes and regulations in connection with the execution of the work. INDEMNITYThe contractor shall confirm all work on Government premises to areas authorized or approved by the Contracting Officer or Project Manager. The contractor shall save and keep harmless and indemnify the Government against any and all liability claims, and costs of whatsoever kind and nature of injury to or death of any person or persons and for loss or damage to any property (Government or otherwise) occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance of work in connection with this contract, resulting in whole or part from the negligent acts or omissions of the contractor. Submission of Offer General:All measurements provided herein are approximations. Actual field routing of individual pipes may significantly increase or decrease the amount of materials required to complete this project. The contractor shall provide the following in their Quote: 1) Estimated number of labor hours needed to complete the project 2) Type and quantity of materials needed to complete the project 3) Total cost estimate based on labor and materials A site visit shall be scheduled for contractors prior to submitting quotes. The Technical Representative for the project is Jeff Fox and may be reached @ 303-273-8659 (cell 303-513-3566) or jfox@usgs.gov for any questions regarding the project. Contractor shall be responsible for visiting the work site to verify general and local conditions that can affect the cost thereof. Failure to do so shall not relieve the contractor of his responsibility for estimating properly the difficulty or cost of successfully furnishing the materials and performing the work required to carry out the contract in accordance with the true intent and meaning of the specifications without additional cost to the government. Any changes affecting the scope of work shall be originated from or approved by the contracting officer. All materials and workmanship shall be subject to the inspection and approval of the Contracting Officer of the Technical Representative. All work unsatisfactorily performed shall be promptly corrected and made acceptable to the Government at no additional cost. Government shall furnish no materials for completion of the project. The contractor is responsible for complying with all Federal, State, and local laws, codes, and regulations in connection with the execution of the work required. Final inspection and acceptance shall be performed with the contractor, on site by the Technical Representative upon completion of job performance. The time stated for completion shall include final cleanup of the premises. Award: The award of this requirement shall be made using only the procedures found in Part 13.1 Procedures of the Federal Acquisition Regulations (FAR). Award shall be made to that responsible offeror submitting the lowest priced responsive offer. Please note the requirements for Central Contractor Registration (CCR) and completion of the Representations and Certifications as contained in the clauses section of this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G11PS00372/listing.html)
 
Place of Performance
Address: US Geological SurveySitkaAK90USA
Zip Code: 90
 
Record
SN02555145-W 20110901/110830235550-8163829c9b80a78180b3fdb722554037 (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.