Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
MODIFICATION

54 -- Radio Antenna Towers and Beacon Pole

Notice Date
4/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-12-Q-1024
 
Response Due
5/2/2012
 
Archive Date
7/1/2012
 
Point of Contact
John Ebmeier, 410-942-8468
 
E-Mail Address
USPFO for Maryland
(john.ebmeier@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Description Amendment 0001 * This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation, W912K6-12-Q-1024, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% Total Historically Underutilized Business Zones (HUBZone) small business set-aside in accordance with FAR 52.219-3. The NAICS code is 237130 and the small business size standard for this NAICS Code is $33.5 Million. "Best value" to the government will be determined in accordance with FAR 13.106-1 (a) (2), with emphasis on, contractor's technical capability, past performance, price and location of firm. All firms or individuals responding must be registered with the Central Contractor's Registration (www.ccr.gov) to be considered for award. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Site Visit: April 18, 2012 at 11:00 A.M. Questions submitted via e-mail by: April 20, 2012 by 5:00 P.M. * Additional questions must be emailed by: April 27, 2012 by 1:00 P.M. *RFQ Response Date: May 2, 2012 by 5:00 P.M. All quotes/responses must be received no later than 5:00 P.M., Eastern Daylight Savings Time. *Performance Period: Quote number of days required After Receipt of Order (ARO) A mandatory site visit will be required by all contractors quoting on this project. All others will be considered non responsive. Email any questions and other responses. NO PHONE CALLS. A map can be e-mailed to those individuals that are planning on attending the site visit, if needed. We will meet in the parking lot in front of building 4801, Wise Road. This is an active construction site; safety equipment is required: (Hard Hat, Safety Glasses, Safety neon Vest, Leather Shoes - no open toes). Places of Performance/Delivery and site visit: Army Aviation Support Facility (AASF) Weide Army Airfield *Building 4081, Wise Road Aberdeen Proving Grounds, Edgewood, Maryland 21010 Contractors, submitting information for this requirement, must provide a technical capability statement and references for similar work previously completed to point of contact (E-MAIL). This is an active airfield, any contractor bidding on this project must have a point of contact that can respond and be on-site within 2 hours of notice for the duration of this project. Provide a contact name and location with your proposal. Performance and Payment Bonds: In accordance with Contract clause 52.228-15, Contractors are reminded that any amount awarded over $25,000 requires submission of a Payment Bond, and a Performance Bond is required for awards in excess of $150,000. Bond(s) are due no later than 10 calendar days after award. Wage Rate: Davis Bacon wages rates applicable to this procurement. General Decision Number: MD120072 04/06/2012 MD72 A full Statement of Work is included in this posting. Clauses: The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures OCT 2010 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-1 Approval of Contract DEC 1989 52.204-2 Alt II Security Requirements (Aug 1996) - Alternate II APR 1984 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.211-13 Time Extensions SEP 2000 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--Modifications OCT 2010 52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010 52.215-21 Alt II Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data--Modifications (Oct 2010) - Alternate II 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996)OCT 1997 52.219-3 Notice of total HUBZone Small Business set asideJAN 1999 52.219-8 Utilization of Small Business Concerns JAN 2011 52.219-9 Alt II (INVALID EFF_DT) Small Business Subcontracting Plan (JAN 2011) Alternate II DEC 1900 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation JUL 2005 52.222-6 Davis Bacon Act JUL 2005 52.222-7 Withholding of Funds FEB 1988 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) JUL 2005 52.222-12 Contract Termination-Debarment FEB 1988 52.222-13 Compliance with Davis-Bacon and Related Act Regulations. FEB 1988 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility FEB 1988 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-27 Affirmative Action Compliance Requirements for Construction FEB 1999 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-6 Drug-Free Workplace MAY 2001 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items MAY 2008 52.223-14 Toxic Chemical Release Reporting AUG 2003 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.227-4 Patent Indemnity-Construction Contracts DEC 2007 52.228-2 Additional Bond Security OCT 1997 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.228-11 Pledges Of Assets SEP 2009 52.228-12 Prospective Subcontractor Requests for Bonds OCT 1995 52.228-14 Irrevocable Letter of Credit DEC 1999 52.228-15 Performance and Payment Bonds--Construction OCT 2010 52.229-3 Federal, State And Local Taxes APR 2003 52.232-5 Payments under Fixed-Price Construction Contracts SEP 2002 52.232-17 Interest OCT 2010 52.232-23 Assignment Of Claims JAN 1986 52.232-27 Prompt Payment for Construction Contracts OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-2 Differing Site Conditions APR 1984 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-5 Material and Workmanship APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-8 Other Contracts APR 1984 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984 52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-14 Availability and Use of Utility Services APR 1984 52.236-15 Schedules for Construction Contracts APR 1984 52.236-17 Layout of Work APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-23 Responsibility of the Architect-Engineer Contractor APR 1984 52.236-26 Preconstruction Conference FEB 1995 52.242-3 Penalties for Unallowable Costs MAY 2001 52.242-13 Bankruptcy JUL 1995 52.242-14 Suspension of Work APR 1984 52.243-1 Alt III Changes--Fixed Price (Aug 1987) - Alternate III APR 1984 52.243-4 Changes JUN 2007 52.244-4 Subcontractors and Outside Associates and Consultants (Architect-Engineer Services) AUG 1998 52.244-6 Subcontracts for Commercial Items DEC 2010 52.246-12 Inspection of Construction AUG 1996 52.246-21 Warranty of Construction MAR 1994 52.248-3 Value Engineering-Construction OCT 2010 52.249-2 Alt I Termination for Convenience of the Government (Fixed-Price) (May 2004) - Alternate I SEP 1996 52.249-10 Default (Fixed-Price Construction) APR 1984 52.252-2 Clauses Incorporated By Reference FEB 1998 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2008 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.215-7000 Pricing Adjustments DEC 1991 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) OCT 2010 252.223-7001 Hazard Warning Labels DEC 1991 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7001 Contract Drawings, and Specifications AUG 2000 252.236-7005 Airfield Safety Precautions DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) NOV 2010 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 52.225-11 Buy American Act-Construction Materials SEP 2010 CLAUSES INCORPORATED BY FULL TEXT 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. 52.202-1 DEFINITIONS (JUL 2004) (a) When a solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulation (FAR), the word or term has the same meaning as the definition in FAR 2.101 in effect at the time the solicitation was issued, unless-- (1) The solicitation, or amended solicitation, provides a different definition; (2) The contracting parties agree to a different definition; (3) The part, subpart, or section of the FAR where the provision or clause is prescribed provides a different meaning; or (4) The word or term is defined in FAR Part 31, for use in the cost principles and procedures. (b) The FAR Index is a guide to words and terms the FAR defines and shows where each definition is located. The FAR Index is available via the Internet at http://www.acqnet.gov at the end of the FAR, after the FAR Appendix. (End of clause) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor`s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. (End of Clause) 52.211-12 LIQUIDATED DAMAGES--CONSTRUCTION (SEP 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $200.00 one time fee and $310 for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (End of clause) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of clause) 52.236-4 PHYSICAL DATA (APR 1984) Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. (a) The indications of physical conditions on the drawings and in the specifications are the result of site investigations by......... [insert a description of investigational methods used, such as surveys, auger borings, core borings, test pits, probings, test tunnels]. (b) Weather conditions......... (insert a summary of weather records and warnings). (c) Transportation facilities......... (insert a summary of transportation facilities providing access from the site, including information about their availability and limitations. (d).......... (insert other pertinent information). (End of clause) 52.246-1 CONTRACTOR INSPECTION REQUIREMENTS (APR 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. (End of clause) 252.227-7022 GOVERNMENT RIGHTS (UNLIMITED) (MAR 1979) The Government shall have unlimited rights, in all drawings, designs, specifications, notes and other works developed in the performance of this contract, including the right to use same on any other Government design or construction without additional compensation to the Contractor. The Contractor hereby grants to the Government a paid-up license throughout the world to all such works to which he may assert or establish any claim under design patent or copyright laws. The Contractor for a period of three (3) years after completion of the project agrees to furnish the original or copies of all such works on the request of the Contracting Officer. (End of clause) 252.227-7033 RIGHTS IN SHOP DRAWINGS (APR 1966) (a) Shop drawings for construction means drawings, submitted to the Government by the Construction Contractor, subcontractor or any lower-tier subcontractor pursuant to a construction contract, showing in detail (i) the proposed fabrication and assembly of structural elements and (ii) the installation (i.e., form, fit, and attachment details) of materials or equipment. The Government may duplicate, use, and disclose in any manner and for any purpose shop drawings delivered under this contract. (b) This clause, including this paragraph (b), shall be included in all subcontracts hereunder at any tier. Point of Contact John Ebmeier, Contract Specialist, 410-942-8468, email at john.ebmeier@us.army.mil Contracting Office Address USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094. Statement of Work Radio Antenna Poles, Lightning Pole and Beacon Pole Installation Amendment 0001* Mission Statement: The antennas that are required to operate the facility were originally located on the building or on the roof. These have been removed and will be relocated on a series of monopoles installed by this project. A total of (8) Poles will be installed. There will be two sets of poles installed, one series of poles for operations and one series for the avionics shop. The operation's center array of poles for the antennas will consist of: ITEM 1: One 70 foot pole with ITEM 2 & 3:Two 45 foot poles ITEM 4: One 45 foot tip down pole for lighting detection equipment. The avionics shop will require: ITEM 5, 6 & 7: Three 45 foot monopoles. All poles will be equipped with the necessary hardware, support arms, *winches, and ports for complete and functional installation. Poles will be designed to support antenna loads and regional requirements for a minimum of ice and wind and will NOT have any guy wires to stabilize the poles. Additionally, there is a wooden obstruction light pole that will be removed and ITEM 8: a Beacon pole will be installed in its place. The pole will be supplied by the Government (already onsite) and will be installed in its place. The foundation will be designed to support the pole and electric power will be run to the pole and the beacon light connected. This project is a design build project. All foundations, poles, wiring, antenna installations and related hardware will be designed by the pole manufacturer for the existing soil conditions. Special attention to operational and general condition requirements on Aberdeen Proving Ground property must be adhered to at ALL times. Details/Statement of Work: All construction on Aberdeen Proving Ground (Edgewood Area) for the installation of these poles MUST comply with all requirements of the Aberdeen Proving Ground, Garrison. This includes, but not limited to: Safety and Health Plans Unexploded Ordnance (UXO) detection and removal plan Digging Permits Utility Location (InfoMap) Security checks of vehicles, equipment and personnel General conditions of the Department of General Services Operational requirements on a fully operational heliport OPERATION'S CENTER: The operation's center poles will consist of the following installation: ITEM 1: One 70' monopole, Rohn Model TP or equal, with climbing step bolts, grounding (TIA Rev G) and a 5" by 7" hand hold. This pole will also be equipped with double obstruction red lights with LED lights (OB2 LED). Pole will be finished with a corrosive coating similar to "Corrocote" by Rohn or equal. Pole will be designed and installed to support the following: One - Harris Radio Antenna, 3' by 2" diameter, at 50' above ground One - RFS 390at/TO01 antenna, at 50' above ground One - Weather dish, 1.2 meter solid dish, at 50' above ground One - Long wire antenna, BWDS-90N, at 45' above ground Two - Television dishes, 1.2 meter solid dish, 30' above ground Pole installation will include all arms, brackets and clamps for complete installation. Electric will be furnished to the designed base location shown on the drawings for connection to the pole lights. Connection to provided electric source will be required in this contract. Pole foundation will be designed by a licensed structural engineer, licensed in the State of Maryland; final drawings will be stamped with the engineers seal and signed. Pole foundations will be either bolt connected to a concrete foundation or direct embedded foundation. All antennas and dishes (except the television dishes and the Harris antenna) will be installed as part of this contract. ITEM 2 & 3: Two 45' monopoles, Rohn Model TP or equal, with climbing step bolts, grounding (TIA Rev G) and a 5" by 7" hand hold. Pole will be finished with a corrosive coating similar to "Corrocote" by Rohn or equal. Pole will be designed and installed to support the following: One - Long wire antenna, BWDS-90N, at 45' above ground Pole installation will include all arms, brackets, *winches and clamps for complete installation. Pole foundation will be designed by a licensed structural engineer, licensed in the State of Maryland; final drawings will be stamped with the engineers seal and signed. Pole foundations will be either bolt connected to a concrete foundation or direct embedded foundation. Antenna will be installed as part of this contract. ITEM 4: One 40' fold over tower, Rohn Model 55K-30 or equal with grounding (TIA Rev G) and a 5" by 7" hand hold. Pole will be finished with a corrosive coating similar to "Corrocote" by Rohn or equal. Pole will be design and installed to support the following: One - Thor-Guard Hyperstatic Sensor at the top of the installation Pole foundation will be designed by a licensed structural engineer, licensed in the State of Maryland; final drawings will be stamped with the engineers seal and signed. Pole foundations will be either bolt connected to a concrete foundation or direct embedded foundation. Thor-Guard sensor will NOT be installed as part of this contract. General: All poles will be protected by the installation of pipe bollards. Each bollard will be 6" in diameter and will have a 2' concrete foundation. Each bollard will be capped with a steel cap and pipe and cap will be hot dipped galvanized after fabrication. Each pipe will extend a minimum of 3' below grade into the concrete foundation and 4' above grade. The bollards will be cleaned, primed and painted with two coats of industrial grade enamel "OSHA Yellow" paint. Two bollards will be required at installations backed to the building and four when not adjacent to a building. AVIONICS SHOP: The avionics shop poles will consist of the following installation: ITEM 5,6 &7: Three 45' monopoles, Rohn Model TP or equal, with climbing step bolts, grounding (TIA Rev G) and a 5" by 7" hand hold. Pole will be finished with a corrosive coating similar to "Corrocote" by Rohn or equal. Pole will be designed and installed to support the following: One - RFS 390at/TO01 antenna, at 50' above ground One - Long wire antenna, BWDS-90N, at 45' above ground Pole installation will include all arms, brackets and clamps for complete installation. Pole foundation will be designed by a licensed structural engineer, licensed in the State of Maryland; final drawings will be stamped with the engineers seal and signed. Pole foundations will be either bolt connected to a concrete foundation or direct embedded foundation. All antennas will be installed as part of this contract. One 4" diameter PVC, 24" below ground conduit will be installed to allow antenna cables to traverse between the building and the pole at the apex of the "Vee" antenna (BWDS-90N). At each end the underground conduit will be turned up 24" and a gooseneck head will be installed (double 90 ) after the cables are installed the opening will be foam sealed to prevent pests from entering. TRENCH WILL BE MARKED 12" BELOW SURFACE WITH PLASTIC TAPE INDICATING ELECTRIC CONDUITS BELOW. BEACON POLE: ITEM 8: Beacon Pole The following scope of work will apply to the installation of the beacon pole only: 1.Disconnect the existing electrical service on the existing pole and make safe, 2.Remove the existing wooden pole and dispose of it in a proper manner, 3.Design of foundation by a Professional engineer, the appropriate foundation to support the new 55' metal tip down pole provided by the Government, designed for Harford County, minimum of 90 MPH winds, and Rev G-EIA standards 4.Provide the Government design drawings, calculations necessary and all drawings will be sealed by a licensed structural engineer, licensed in the State of Maryland. 6 copies of the drawings are required with each submission, only one submission anticipated. Review period will be 14 days, 5.Construct the designed foundation as noted on the design engineers drawings, 6.The pole foundation will extend at least six inches above grade 7.Furnish and install not less than four, 6 inch in diameter, bollards to protect the beacon pole and electrical services bollard, 8.All bollards must be embedded in a reinforced concrete foundation appropriately sized and reinforced and extending not less than 36" from finish grade down in the foundation and 48" above the top of the concrete foundation. Bollards will be set 24" from edge of foundation. 9.Bollard locations must not obstruct the tip down function of the beacon pole nor will the engineer orient the pole to hit any of the adjacent buildings, 10.All bollards must be hot dipped galvanized after fabrication, 11.All bollards will be cleaned, primed and two coats of exterior industrial paint will be applied. Color to be "OSHA YELLOW". 12.Install the tip down beacon pole with nylon straps so as not to damage the galvanized or paint finishes, touch up as required, 13.A fused electrical disconnect, stainless steel and made for use in the open weather conditions, must be provided on a separate bollard within the perimeter of the safety bollards noted above, 14.Connect the new beacon electric through the beacon pole, to the existing electric service, 15.Touch up any damaged surfaces with touch up paint provided by the pole manufacturer, 16.Repair any damaged parking lot paving (gravel) to existing conditions, 17.Furnish final as-built drawing to the government along with the final pay application. Notes: All general conditions noted above for the antenna poles will apply to the removal and installation of the Beacon pole. Government will provide the Beacon pole, beacon pole anchor bolts, grounding cable, grounding rod and aerial for top of pole Amendment 0001 SUMMARY of Antenna Questions and Answers 1.Question: How far into the buildings will the coax cables need to run (Termination points)? Answer: 25 Feet 2.Question: Is there specifications for the size of coax? Answer: Coax cable comes with the antenna which is installed on the Pole (or tower), the antenna is supplied by the government, all poles (except the Beacon Pole is supplied by the contractor). 3. Question: Does the new 70-feet tall Rohn pole need to be painted? Answer No 4. Question: Page 12 of the statement of work indicates that all work must comply with all requirements of the Aberdeen Proving Ground Garrison. Please provide a link or source so that we may review this information and the specific plans mentioned. Answer: http://www.apg.army.mil/apghome/sites/local/ 5.Question: Is there an approved list of companies that are recommended for the ordinance scanning prior to digging? Answer: No 6.Question: What department handles the application for the digging permit? Answer: Public AffairsOffice. http://www.apg.army.mil/apghome/sites/installation/PAO/index.cfm 7. Answer Question: Rohn has indicated that the 70ft tower is that only tower that would normally require painting and that with the installation of the OB2 lighting that painting would not be required. Please confirm painting requirements and provide a specification for the pole painting. Please confirm what towers are to be painted. Answer: Painting not required. 8. Question: Please provide specifications for communication cables, antennas and dish equipment if the contractor is to provide this material as part of this contract. Page 13, 3rd paragraph indicates contractor is to install these components but does not indicate if we are also to furnish these materials. Answer: The Government will supply the antennas and dishes, contractor will install. The Government will supply the Beacon Pole, beacon pole anchor bolts, grounding cable, grounding rod and aerial for top of pole and the foundation anchor bolts, contractor will install. Miscellaneous hardware connection material will be provided by the contractor, (such as screws, washers, brackets). 9. Question: Please provide specification for pipe bollards to indicate wall thickness and strength of steel required. Answer: Bollard information is contained in SOW. Bollards: shall be 6" diameter, concrete-filled, " steel; paint with Yellow paint, see more information in SOW. 10. Question: Please indicate the distance the pipe bollards are to be installed away from the towers and the distance between bollards. We understand that the bollards must also be placed to avoid conflicts with the fold over tower. Answer: Two bollards will be required at installations backed to the buildings and four when not adjacent to a building. Answer: Exact location to be agreed upon prior digging and will be approved by the Governments Construction Program Manager. 11. Questions: Please provide copies of soil borings. Answer: The company that provided the soil borings for the current ongoing construction has not agreed to release the report. You will need to conduct your own analysis. 12. Question: Please confirm manufacturer and model # of government furnished Beacon Pole, so we may contact them for their foundation design. Answer: Flight Light Inc. 2708 47th Avenue, Sacramento California, 95822 www.flightlight.com, Telephone 916-394-2800 55 ft. Tip Down Pole, Part Number 46-8000-55TP 13. Question: Please confirm that a concrete foundation is required for all towers. Rohn has indicated that existing soils may not require a concrete foundation with their direct embedment pole. Please confirm that if Rohn does not require a concrete foundation it will not be necessary. Answer: That is to be determined by you, the contractor, working with ROHN. 14. Question: Please confirm if certified payroll reports will be required to be submitted on this project. Yes. 15. Question: Please confirm the need for winches on the towers. Item #1 does not indicate that a winch is required. Answer: Item 1 does not require a winch. Question: Item #2 & #3 indicate that a winch is required, please clarify that all winches will be manual. Answer: Winch required for 2 & 3, all will be manual. Question: Item #4 Fold over tower Rohn has confirmed that this is a manually operated fold over but at the prebid a safety switch mounted on the bollard was discussed. Answer: The safety switch was discussed for the electric connection for the red lights on the 70' pole and the Beacon Pole only. Question: Please confirm the function of the safety switch and if the fold over tower is electrically operated or manually operated. Answer: Fold over poles are manual. Question: Items #5, #6 and #7 do not mention that winches are required, please confirm. Answer: 2 of these 3 have winches (Item 6 and Item 7). 16.Question: We understand from the site walk thru that we have to supply and install the antennas, coax and connectors is this correct? Answer: Government will supply the antennas, (with cable), contractor will install. Miscellaneous hardware connection material will be provided by the contractor, (such as screws, washers, brackets). 17.Question: It was mentioned that the contract will only require installing one coax into each of the buildings (total of 2 coax). What about the coax from the other antennas? Please clarify. Answer: Contractor will install all coax cables into the building at both (2) locations. Antennas in the rear of the building will go in the rear avionics room (west side) and the cables at the operations will go into the operations room (east side). Cables will run approximately 25' inside the building. 18.Question: Is the coax " or 9/16"? Both were mentioned in the site walk. Do you have specifications for the coax (i.e. foam dielectric, particular brand and etc.) Answer: For your proposal use 1/2" at this time. 19.Question: Will we need to perform sweep tests on the coax or will the Government handle sweeping the lines? Answer: The contractor will do UXO sweeps for the underground installation of this contract. 20.Question: Can the pole locations be moved out from the building more if we hit concrete footing drilling that close to the building? Answer: Yes, only if footings are encountered. The current plans indicate that there is enough clearance. 21.Question: Is there a bid form for the proposal? Answer: No specific form. 22.Question: Will a bid bond be required for the proposal? Answer: No. 23.Question: Rohn Towers has indicated that they are running 8-10 weeks for pole fabrication after approved shops. Is the 45 day performance period after fabrication of the poles? Answer: The 45 day performance period will be removed, quote the time necessary for your company to complete the work as defined in the request. 24.Question: Can we use high early strength concrete for the concrete foundations? Answer: Yes 25. Question: What are the Davis Bacon wage rates that are to be used for this project. Answer: MD120072 04/06/2012 MD72 26. Question: Page 10 of the bid documents indicates that the contractor will be responsible for all testing and inspections required to substantiate that the supplies and or services meet the contract requirements. Can you specify what testing and inspections will be required? Answer: Primary concern is soil boring and concrete test. 27. Question: Is there an approved site location plan for the proposed towers or is this to be prepared by a licensed civil engineer? Answer: Location is on plan handed out at site visit. 28. Question: Will you require a complete engineered site plan indicating existing conditions, grades, proposed pole locations, foundations, bollards, conduit runs etc.? If so how much time should we allow for government approval of this plan prior to the start of construction? Answer: No. 30. Question: What size conduit runs will be required at each tower? Answer: 2 required, 4" Diameter PVC. 31. Question: Will the communication cables be provided by the government and installed under this contract? Answer: Yes 32. Question: Will Electrical design drawings be required? What design criteria should be used? Answer: No. 33. Question: Item number on drawings for Avionics show #1, #2, #3 vs #5, #6, & #7 in Statement of Work, will a new drawing be issued. Answer: Not at this time, see attachment with notations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-12-Q-1024/listing.html)
 
Place of Performance
Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
Zip Code: 21078-4094
 
Record
SN02731630-W 20120427/120426000544-07b377657179c97d217217fcae1d1455 (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.