Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOURCES SOUGHT

56 -- BLAHA - FVIS

Notice Date
9/15/2016
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 414th CSB (W56PFY) Africa, APO AE, Non-U.S., 09630, Italy
 
ZIP Code
00000
 
Solicitation Number
W56PFY-16-R-0010
 
Point of Contact
william j buchleitner, Phone: 3146377409, MICHELLE SPENCE, Phone: +39 0444 61 7422
 
E-Mail Address
william.j.buchleitner.mil@mail.mil, MICHELLE.A.SPENCE2.CIV@MAIL.MIL
(william.j.buchleitner.mil@mail.mil, MICHELLE.A.SPENCE2.CIV@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
If you are interested in possibly receiving a contract from the US Government, I need you to please submit the following information as soon as possible: This source of sought serves to determine the capabilities that prospective contractors have in order to complete the aforementioned project within 48 days. 1. SCOPE OF WORK: The contractor shall furnish all labor, equipment, tools, and supervision necessary to build the Basic Load Ammunition Holding Area (BLAHA) in accordance with this Statement of Work (SOW) and the attached schematic designs. - Excavate and place one (1) 22'x18'x6" (6.7m x 5.5m x 15.24cm) reinforced concrete pad. - Excavate and place one (1) 16'x9'x6" (4.88m x 2.7m x 15.24cm) reinforced concrete pad. - Emplace and anchor two (2) ISO 8' x 20' (2,4 m x 6,1 m) containers on/to the concrete pad. - Emplace geo textile earth barriers in accordance with design specifications. Detailed lists of project requirements are referenced in section 6.0 Description of Work. 2. PROJECT LOCATION: CSL Dakar, Base Aérienne Militaire de Ouakam, Dakar, Senegal. 3. FIELD MEASUREMENTS: The contractor shall coordinate a site visit with camp commanding officer to verify all field measurements and review solicitation with the contracting officer and other documents prior to submission of proposals. 4. SUBMITTALS: All prospective contractors shall submit with their bid written in English to the Contracting Officer (KO), or other identified point of contact per any further instructions provided during the bid process, the following technical and material information for approval: 4.1 Propose all design, dimension, or material changes necessary to fully carry out this SOW. 4.2 Propose exact bill of materials/ quantities, with costs for each portion of this SOW. All drawings shall include dimensions, floor and site plans in accordance with this SOW and its attachments. Propose exactly how you intend to complete this portion of the SOW. 4.3 The contractor shall provide a chronological timeline of tasks outlined in this SOW to give an understanding of the contractors planning ability and to aid in scheduled site visits. 5. US GOVERNMENT FURNISHED MATERIAL: None. 6. DESCRIPTION OF WORK: The contractor shall construct one (1), double cell, geo-textile primary construction, Basic Load Ammunition Holding Area (BLAHA) on a 22'x18'x6" (6.7m x 5.5m x 15.24cm) reinforced concrete pad. As follows: 6.1. Site Preparation: The contractor shall prepare the designated construction site by completely removing all geo textile earth barriers, and relocated existing containers to new location as designated by the COR. The contractor shall remove all excess fill from geo textile earth barriers and remove all related debris from the construction site. 6.2. Earthwork. The contractor shall provide necessary equipment and material required to fully complete the project. 6.2.1. Excavation: The contractor shall excavate in the approved location an area large enough to completely hold the 22'x18'x6" (6.7m x 5.5m x 15.24cm) reinforced concrete pad. 6.2.2. Fill Material: The contractor shall ensure the base of the BLAHA pad is comprised of satisfactory material classified by ASTM D2487. 6.2.3. Leveling: The contractor shall ensure the excavated area is even and level measured by laser precision survey equipment. 6.2.4. Disposition of Surplus Material: The contractor shall provide full transportation and relocation services for all excess earth. 6.2.5. Compaction: The contractor shall finish compaction by sheepsfoot rollers, pneumatic-tired rollers, steel-wheeled rollers, vibratory compactors, or other approved equipment. Except for paved areas, compact each layer of the embankment to at least 90 percent of laboratory maximum density. 6.3. Concrete Pad: The contractor shall construct one (1) 22'x18'x6" (6.7m x 5.5m x 15.24cm) concrete pad with one (1) 16' x 9' apron as designed in the approved and excavated location. 6.3.1. Formwork: The contractor shall construct and emplace timber concrete forms that span the entire length and width of the concrete pour. Form oil will be applied to all forms prior to concrete pour. 6.3.2. Concrete Standards: The contractor shall provide no less than 7.3 Cubic Yards (CY) (5.6 cubic meters) with a specified compressive strength of no less than 4,500 PSI (31 MPa). Concrete aggregate will be primarily 1.5" (3.81 cm) minus. • Concrete Testing: The contractor shall provide slump tests before every concrete pour to ensure a maximum slump of 3" (7,6 cm) and a minimum of 1" (2.5 cm). 6.3.3. Rebar: The contractor shall provide no less than 3,959.5 linear feet (1207 m) of US #5 (16M) rebar. Rebar will be placed 16" (40,6 cm) on center in each direction throughout the entire pad with a 3" (7,6 cm) edge clearance around the entire pad. 6.3.4. Bolsters (High Chairs): The contractor shall provide 3" (7,6 cm) rise bolsters as needed to maintain an even and thorough 3" (7,6 cm) lift. 6.3.5. Pouring: The contractor shall pour the concrete only after the forms have been laid, bolsters and rebar are in place, and the batch passes slump standards. The contractor will finish the pour in one work period and will not allow the concrete to dry in layers. The contractor will screed and brush the concrete before it has completely dried. 6.3.6. Curing: The contractor will ensure the concrete is cured for a period of no less than seven (7) days. Water will be applied thoroughly and daily to aid the curing process. 6.4. Containers: The contractor shall provide material handling equipment sufficient to relocate and place the ISO containers at the specified location as per the provided design. 6.5. Geo-Textile Containers: The contractor will provide with the necessary amount of geo-textile containers to complete the project. 6.5.1. Placement: The contractor will place the appropriate sized containers in the designated location as per the design. 6.5.2. Fill: The contractor shall fill all containers completely stopping short of the last two (2) inches. • Fill Criteria: The contractor shall provide a sand/gravel mix fill for all containers. Gravel size will be no greater than half inch (1/2") (13 mm). • Lifts: The contractor will place fill in 6" (150 mm) lifts for all the Mil 1 (4'6") (1,37 m) variant container and the Mil 7 (7'3") (2,21 m) variant. • Compaction: The contractor will compact the fill after every lift in every container for both variants to at least 35% of laboratory maximum density. • Concrete Capping: The contractor shall cap every container with 2" (5 cm) of concrete with a specified compressive strength of no less than 1,000 PSI (6,9 MPa) and a maximum slump of 5" (12,7 cm). 7. Site Plan: Project will be constructed at CSL Dakar, Base Aérienne Militaire de Ouakam, Dakar, Senegal. Contractor will submit site for approval prior to issuance of Notice to Proceed (NTP) for construction of BLAHA. 8. QUALITY CONTROL: The contractor shall establish and maintain an effective and thorough Quality Control (QC) program. The quality control plan will contain the following: 8.1. Management Philosophy: The Contractor QCP will discuss the organization's technical management philosophy relative to its commitment to quality. The Contractor's Quality Control Program will include Quality Production, Internal Quality Checks and Reviews, and Technical Review. 8.2. Management Structure: The Contractor QCP will identify the management of the firm that is responsible for quality. 8.3. Management Approach: The Contractor QCP will define the specific management methodology to be followed during the performance of the work, including such aspects as, documentation management and control, communications, design coordination procedures, design checks and reviews, technical review, and managerial continuity and flexibility. 8.4. Documentation: The contractor shall retain all internal review documents and associated comments and responses in the Contractor's files in auditable condition and submit to the Government upon request. 9. SAFETY: The contractor shall accomplish all of the work in a safe manner. All employees working on the project shall be provided with construction hard hats and footwear, which shall be worn at all times during the project, and fall protection, which shall be worn as required. The contractor shall furnish medical support and potable drinking water without charge to his employees and subcontractors as required. All specified, not specified, or otherwise required safety equipment shall be provided by the contractor. 10. WORKING HOURS: The contractor must coordinate with the US Government and the facility occupants for any restrictions on working hours. 11. CONTRACTOR RESPONSIBILITIES: 11.1. The contractor shall be responsible for securing all materials and equipment at the completion of each workday. 11.2. The Contractor shall ensure work site is properly cleaned of all debris at the end of each day. 11.3. It is the responsibility of the Contractor to ensure all employees and subcontractors comply with all national and local safety codes or standards applicable for this project. 11.4. The Contractor shall ensure that all employees are properly trained. 12. DISPOSAL OF MATERIALS: It is the responsibility of the contractor to properly and safely dispose of all debris generated by this contract at a suitable location in accordance with all national and local laws. 13. OPERATION AND MAINTENANCE: The contractor shall provide to the contracting officer all operational, maintenance and warranty data, from the manufacturer or system provider, for all necessary equipment prior to contract completion. 14. DAMAGE OF PUBLICLY/PRIVATELY OWNED PROPERTY: The contractor shall be liable for any damage caused to publicly/privately owned property as a result of negligent acts by the contractor, subcontractor, employee, agent or representative of the contractor. 15. PERFORMANCE PERIOD: The performance period granted for this contract shall be 120 calendar days from the contract award date. If you are interested in possibly receiving a contract from the US Government, I need you to please submit the following information as soon as possible: - Foreign vendor information sheet (attached) - System for Award Management (SAM): If you are not already registered in SAM, you must first receive need to receive an N Cage at this website. Simply log onto the website, https://eportal.nspa.nato.int/AC135Public/scage/requestnewcage.aspx, type in your country, and click on the new user tab on the bottom right, fill in the information, select CAGE, and hit submit. Once given a code you can register in SAM. Time is of the essence as the FVIS typically takes five business days from the time that I receive your information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f5bb35926438c19b0a78648a1cc6c31)
 
Place of Performance
Address: CSL Dakar, Base Aérienne Militaire de Ouakam, Dakar, Senegal., Dakar, Senegal
 
Record
SN04274738-W 20160917/160916000920-1f5bb35926438c19b0a78648a1cc6c31 (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.