Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
MODIFICATION

Z -- The work consists of providing all supervision, labor, materials, and equipment as required to: Repair approximately 600 square feet of damaged hangar floor coating with urethane topcoated epoxy floor with moisture mitigation.

Notice Date
11/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Training Center (TRACEN) Cape May, 1 Munro Avenue, Mission Support Building, Room 212A, Cape May, New Jersey, 08204-5092, United States
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG4217F5PT103
 
Point of Contact
christopher j. moulton, Phone: 6098986276
 
E-Mail Address
christopher.j.moulton@uscg.mil
(christopher.j.moulton@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. GENERAL REQUIREMENTS: The work consists of providing all supervision, labor, materials, and equipment as required to: Repair approximately 600 square feet of damaged hangar floor coating with urethane topcoated epoxy floor with moisture mitigation. All work is located at USCG National Capitol Region Air Defense Facility (NCRADF), Washington Reagan National Airport, Hangar 5 Washington, D.C. 20010. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance, the Contractor shall commence work NLT twenty (20) days after notice to proceed, and work diligently to complete the entire project to be ready for use NLT thirty five (35) working days after contract award. 3. SCOPE OF WORK: (1) Floor Repairs a. System requirements: 100% Solids Self-leveling Epoxy with a Urethane Finish Coat. 1. The first coat will consist of a 100% solids epoxy moisture mitigating primer followed by and intermediate coat of high performance epoxy with a topcoat of pigmented aliphatic polyester urethane that will provide a high level of resistance to wear and chemical compounds. The urethane used must provide a high level of resistance to wear and chemical compounds. The urethane used must provide complete resistance to standard industrial and aviation fluids as well as tire marking and hot tire pickup. b. Surface Preparation: 1. All concrete surfaces must be sound, clean, dry, cured and profiled. Concrete surfaces shall have tensile strength of not less than 250-300 psi, and have a pH range of 7-9. All concrete surfaces shall be free of surface hardeners, form release agents, curing compounds, laitance, efflorescence, chloride contamination, and hydrostatic water pressure or excessive capillary water action, and/or water vapor emissions. All concrete surfaces shall be cleaned first with a strong detergent to remove oils, grease, and dirt before proceeding with acid etching, sandblasting, shot blasting, or mechanical scarification. 2. Reference International Concrete Repair Institute, Guideline No. 03732 - Selecting and specifying concrete surface preparation for sealers, coating and polymer overlays (including visual standards), Jan. 1991. Phone (847) 827-0830, Fax (847) 827-0832; and SSPC/NACE Publication No. 01-10 - Fundamentals of Cleaning and Coating Concrete, 2001, Phone (412) 281-2331. c. Coating System: 1. *Primer - TuffRez MMP at 140 to 160 sq.ft. per gallon for 10-12 mils DFT. 2. *Intermediate coat - Wearcoat 480 at 140 to 160 sq.ft per gallon for 10-12 mils DFT 3. *Finish coat - Wearcoat 100 at 220 to 250 sq.ft. per gallon for 4-6 mils DFT. 4. Add 30% broadcast using 4/0 sand to provide traction on surface. *Items 1 thru 3 are government furnished materials. d. Moisture testing: 1. An approved moisture test must be performed prior to coating. The preferred method for testing is the Calcium chloride Test (ASTM F - 1869-98). 4. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with LT Katherine Voth @ (703) 417-2265 or DCC Nicholas Mimms @ (609) 813-3892. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is DCC Nicholas Mimms @ (609) 813-3892 or Jim Smith @ 609-677-2197. 6. CONDITIONS AFFECTING THE WORK: The contractor should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. All work shall be coordinated and approved through Metropolitan Washington Airport Authority airport manager POC: Jeremy Meltzer @ (703) 417-8028, Jeremy.Meltzer@MWAA.com as per Coast Guard lease agreement MWAA-LN-04-04. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of the intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statements of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the unit's regular hours (0730-1600), they must submit their request in writing to the Contracting Officer's QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the Government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer's QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The NCRADF's Security Officer MEC Shane Coleman (703) 417-2242 will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: 1. Responsibilities: a. All contractors working on NCRADF shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series), 29 CFR 1925 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Safety Officer prior to starting work. b. Written notification must be provided to the NCRADF Safety Officer, LT Katherine Voth @ (703) 417-2265 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or those changes or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: a fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the unit, and blocking of any egress routes or emergency vehicle routes. Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by Safety Officer. c. Copies of the following must be provided to the Safety Officer, prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work. d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a contractor on NCRADF. A Facilities Division representative is required for all contractor Lock Out/Tag Out needs. 2. Rights: a. Every employee working on NCRADF has the right to a safe and healthy work place. The contractor has the responsibility and right to stop unsafe work. QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations. 16. ENVIRONMENTAL PROTECTION REQUIREMENTS: a. All contractors working on NCRADF shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist LT Katherine Voth prior to starting work and must be in accordance with the Unit Environmental Guide. b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on NCRDF. Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment. c. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent. d. Hazardous materials used by a contractor are required to be disposed of by that contractor. Disposal must be in accordance with federal, state, and local guidelines. # 11-29-16: Changed NAICS code and classificationo code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG4217F5PT103/listing.html)
 
Place of Performance
Address: USCG National Capitol Region Air Defense Facility (NCRADF), Washington Reagan National Airport, Hangar 5 Washington, D.C. 20010, Work is actually in ARLINGTON, VA @ Washington Reagan National Airport., Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN04337916-W 20161201/161129234055-6c414ff629fa28849ab56cc5cd4c24bf (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.