Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOLICITATION NOTICE

Z -- Perform painting, staining, and general construction work. Various locations at and around Garrison Dam/Lake Sakakawea.

Notice Date
4/2/2012
 
Notice Type
Presolicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12T0077
 
Response Due
4/17/2012
 
Archive Date
6/16/2012
 
Point of Contact
sara edwards, 4029952484
 
E-Mail Address
USACE District, Omaha
(sara.edwards@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
GARRISON PROJECT PAINTING/STAINING/GENERAL CONSTRUCTION BPA CONTRACT 1.SCOPE OF WORK. The Contractor shall furnish all necessary management, supervision, inspection, personnel, tools, equipment, scaffolding, transportation, and vehicles, and some supplies and materials, except as otherwise provided for herein, required to perform the work according to the specifications and guidelines set forth within this contract at Garrison Dam Project, Lake Sakakawea, North Dakota. 2.MEETING WITH THE DESIGNATED POINT OF CONTACT (POC). 2.1 The Contractor, upon receiving an "Order for Supplies or Services" from the Corps of Engineers, shall contact the POC within two days after notice of award to set a date, time and location to conduct the pre-work meeting. At this meeting the POC and Contractor shall discuss and mutually agree on the performance, requirements, and administration of the contract. 2.2 The Contractor shall provide a written designation of an "on-the-job supervisor", if applicable. This person shall be knowledgeable of the contract requirements and have full authority to act for, and perform on behalf of the Contractor and shall be required to attend this meeting. 2.3 The Contractor shall, prior to submission of an invoice, contact the POC to agree on items to be included in that invoice. 2.4 The designated point of contact (POC) for this contract is Nathan Busche and Taryn Kjelstrup. The POC's can be contacted at 701-654-7411, ext 247 or 209. 3. WORK PLAN AND INSURANCE. 3.1 The Contractor shall submit at the meeting, a written work plan to include; a list of the Contractor's equipment and personnel required to complete all contract work, a copy of the Certificate of Insurance. Once approved, the work plan shall not be changed without the approval of the POC. 3.2 The Contractor shall hold general liability insurance in the amounts specified in the clauses section of this contract. 4. PERMITS AND LICENSES. The Contractor shall, at his/her own expense, obtain any licenses or permits required to perform the contract. The Contractor shall comply with all federal, state, and local laws and regulations and shall comply with any subsequent changes 5.SPECIFICATIONS. 5.1. Work Requirements. The Contractor shall perform painting, staining, and general construction work. General Construction is defined as construction where one man could actually lift component parts of the structure (such as: 2x4's, carpet, bundle of shingles, bucket of mud, ceiling tile, etc.) The areas covered under this contract are on federal property managed by the Corps of Engineers at various locations at and around Garrison Dam/Lake Sakakawea. 5.2Call Orders. The services to be furnished under this contract shall be through call orders (EXHIBIT A). 5.2.1The Contractor will be provided with a description and/or a statement of work to be performed. 1 5.2.2 The Contractor shall complete the form, sign and date it in the appropriate place, and return it to the POC in no more than five (5) normal work days from the date of receipt with a cost estimate to include labor hours and equipment hours and mileage as necessary to do the work. 5.2.3 The Government shall review the Contractor's unit estimates to determine if they are fair and reasonable. If the estimate is not acceptable, the Contractor and the Government shall enter into good faith discussions. If subsequent discussions fail to resolve the matter, the Government reserves the right to obtain the services in question by whatever means deemed to be in the best interest of the Government, including its own workforce. 5.2.4 Acceptable estimates are issued on a Call Order. Once issued, the Call Order becomes a firm, fixed-price order for the work specified. 5.2.5 The Contractor shall NOT start work until notified. It shall be the Contractor's responsibility to start and provide a continuous working operation from day to day, weather permitting, until completion of the work order within the allotted time frame. Weekend or holiday work will NOT be allowed without prior authorization from the POC. If adverse weather conditions prevent the completion of the contracted work within the allotted time frame, the contractor will be required to submit, in writing to the POC, a request for a contract time extension, which must document the cause(s) for the contracted work not being completed on time. Lack of personnel, equipment, or other work priorities will not be acceptable reasons for allowing a contract time extension. Approval of any contract extension shall be at the determination of the Lake Manager, COR or POC. 6.GOVERNMENT FURNISHED SUPPLIES. The Government shall provide supplies and materials to include, but not all inclusive: stain, paint, boards and bolts for picnic tables and supplies for general construction. 7.PRE-INSPECTION OF WORK SITES. It will be the Contractor's responsibility to inspect the sites where services are to be performed to satisfy themselves as to all general and local conditions that may affect the cost of performance of each call order. Site visits should be coordinated with the POC. 8.ACCIDENT REPORTING. All serious accidents (those resulting in death or injury requiring medical attention) shall be reported to the POC immediately. The Contractor shall maintain an accurate record of, and shall report to the POC, in the manner and on the forms prescribed by the POC, all accidents within 8 hours of the occurrence. The Contractor shall submit an Exposure Report (Monthly Record of Work-Related Injuries/Illnesses & Exposure) by the 2nd day of each month. (The contractor accident and exposure reporting packet will be furnished to the contractor at the pre-work meeting. 9. DAMAGE TO GOVERNMENT PROPERTY. The Contractor shall use reasonable care to avoid damaging buildings, equipment, vegetation, and other Government property. If the Contractor's failure to use reasonable care causes damage to or loss of any of this property, the Contractor shall replace or repair the damage, at no cost to the Government. All repairs/replacements for damages will be coordinated with the POC. If the Contractor fails or refuses to make such repairs or replacement within 30 days after notification, the Contractor shall be liable for the cost, which will be deducted from the contract price. All incidents must be reported on the Exposure Report. (The contractor accident and exposure reporting packet will be furnished to the contractor at the pre-work meeting. 10. DAMAGE OR LOSS OF CONTRACTOR'S SUPPLIES AND PROPERTY. The Contractor is responsible for taking the action necessary to protect all Contractor property and the personal property of Contractor employees from loss, damage, or theft. The Government assumes no responsibility for theft, damage, etc, of the above. Contractor equipment/supplies will not be stored on Government property. All incidents must be reported on the Exposure Report. (The contractor accident and exposure reporting packet will be furnished to the contractor at the pre-work meeting. 2 11.CONTRACT EMPLOYEES. 11.1 All contract employees and subcontractors shall conduct themselves in a proper manner at all times. Continued improper behavior will be grounds for the removal of an employee from Government property by the POC. Since the majority of work will be performed in the presence of the general public, the conduct of all employees and/or subcontractors is critical and will be closely monitored. No alcoholic or intoxicating beverages or substances or illegal drugs or controlled substances not prescribed by a physician shall be possessed by nor shall employees be under the influence of such substances while on duty. 11.2 The Contractor shall remove from the site any individual whose continued employment is deemed by the POC to be contrary to the public interest or inconsistent with the best interests of the U.S. Army Corps of Engineers. 11.3 The POC will require the Contractor to immediately remove from the work site anyone who is incompetent or who endangers persons or property or whose physical or mental condition is such that it would impair the employee's ability to satisfactorily perform the work. Notification to the Contractor will be made in writing if time and circumstances permit. Otherwise, notification will be verbal and will be confirmed in writing as soon as possible. No such removal, however, will reduce the Contractor's obligation to perform all work required under this contract and immediate replacement shall be made as required. 11.4 The Contractor and all contract employees shall abide by all Corps of Engineers regulations as listed in the Code of Federal Regulations, Title 36. 12.SUB-CONTRACTING. All sub-contractors furnishing any of the contracted work must be approved by the POC. A list of sub-contractors will be supplied along with the bid proposal. This provision does not apply to contracts of employment between the contractor and his personnel. Compliance with the provisions of this contract by sub-contractors shall be the responsibility of the Contractor. 13.QUALITY CONTROL AND INSPECTION. The POC will be allowed to observe and photograph all work activities conducted in completion of this contract. The POC may inspect the work as the contract progresses. The Contractor will notify the POC after completion of contract work. Any deficiencies noted by the POC shall be corrected at no additional cost to the government. The contractor shall not be paid for any work performed that is deemed unsatisfactory by the POC. The contractor shall be responsible to perform only that work specified within the contract, and shall receive no compensation for any work performed that is not specified within the contract. 14.PERIOD OF CONTRACT. Any contract awarded as a result of this Request for Quotation shall become effective upon award and shall continue in effect until 5 years from the date of award. 15.BIDS. The prospective Contractor's hourly rate(s) bid submittal shall be inclusive of all costs. 16.ACCEPTANCE OF WORK. Acceptance of work will be accomplished upon satisfactory performance of required work with the terms and conditions of the contract and satisfactory correction on any and all deficiencies. 17.EXTENT OF OBLIGATION. The Government is obligated only to the extent of authorized purchases in the quantities actually placed against this blanket purchase agreement. 18.PURCHASE LIMITATION. No individual call under this agreement shall exceed $25,000.00. Minimum call shall be no less then $250.00. 3 19. PAYMENT. The contractor shall submit at least one itemized invoice per month for payment, which shall include the labor hours worked that particular month. Each itemized invoice shall also include the call order number and date along with the contractor's name, billing address, and signature. Payment will be made after satisfactory completion, inspection, and acceptance by the POC of all contract work performed, upon presentation to the Disbursing Officer of an invoice covering the services rendered. Payment for call orders under $2,500.00 will be made via credit card or convenience check. All other payments will be made via electronic funds transfer (i.e. direct deposit) 30 days after receipt of invoice. 4 TECHNICAL PROVISIONS TP-1.1 GENERAL. Unless otherwise specified herein, the Contractor shall provide all personnel, tools, vehicles, equipment, transportation, and some supplies and materials required to perform work at the Corps managed recreation areas to include campgrounds and day use areas; at the Corps administration building, maintenance facility and powerhouse; on the Garrison Dam and at various locations around Lake Sakakawea. TP-1.2 WORK TO BE PERFORMED. The Contractor shall provide the following: a. STAINING/PAINTING (ITEM #1) - stain, paint, picnic table boards and nuts and bolts for picnic tables will be provided by the Government. All other supplies will be provided by the Contractor. 1. STAINING PICNIC TABLES - The Contractor shall stain picnic tables in various recreation areas. Scrape and wire brush as necessary. Contractor shall tighten or replace any loose or missing bolts. Any damaged boards or any other maintenance required will be reported to the POC or outside maintenance staff. All staining will require two coats. Contractor shall place wet paint signs as necessary. 2. PAINTING PICNIC SHELTERS, BULLETIN BOARDS, SIGN POSTS, AND VAULT TOILET EXTERIORS - Scrape and wire brush loose paint and assure free of grease and dirt. Spot-prime bare and damaged areas. Apply 1 or 2 coats of oil based brown paint. Clean up all drips and splatters around the area. Post a "WET PAINT" sign until the paint dries. 3. PAINTING VAULT TOILET AND COMFORT STATION INTERIORS - Scrape and wire brush loose paint and assure free of grease and dirt. Spot-prime bare and damaged areas. Apply 2 coats of oil-based paint. Clean up all drips and splatters on the floor, toilet dispensers, toilet seats, etc. Post a "WET PAINT" sign on the front of each vault toilet or comfort station door until the paint dries. 4. PAINTING INTERIOR WALLS, BASEBOARDS, AND STAIRS AT THE MAINTENANCE FACILITY, POWERHOUSE, AND ADMINISTRATION BUILDING - Scrape and wire brush loose paint and assure free of grease and dirt. Spot-prime bare and damaged areas. Apply 1or 2 coats of latex/oil paint. Clean up all drips and splatters. Post a "WET PAINT" sign in areas as necessary. 5. PAINTING EXTERIOR DAM INSTRUMENTATION - Scrape and wire brush loose paint and assure free of grease and dirt, prime and apply 1 or 2 coats of latex/oil paint. Let paint dry and re-lock instrument. (Paint can be spray applied) b. GENERAL CONSTRUCTION WORK (ITEM #2) - Contractor shall rehabilitate/remodel/repair existing facilities, work could include: hanging new doors, repairing doors, replacing windows, installing suspended ceilings, removing tile flooring, installing tile flooring installing carpet, removing carpet, installing vinyl/wood baseboards, installing ceramic wall tile, installing fiberboard on walls, repairing plaster on ceiling and walls, building 2x4 shelving, removing shingles and/or shingling a vault toilet or picnic shelter, framing/sheetrocking/taping and texturing an interior office, removing and hanging blinds, assembling desks, repairing walls, hanging toilet/tissue paper holders, etc A scope of work will be prepared based upon the facility to be worked on. All materials will be furnished by the Government. Any leftover materials will be returned to the Government. 5
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0077/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02711323-W 20120404/120402234718-a974c97a7323d3be211613dd57e648cc (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.