Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
MODIFICATION

Z -- REPLACE LINTELS AT HAMILTON HALL, USCG ACADEMY, NEW LONDON, CT PROJECT #4599329 - Amendment 3

Notice Date
12/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 475 Kilvert Street Suite 100, Warwick, Rhode Island, 02886-1379, United States
 
ZIP Code
02886-1379
 
Solicitation Number
HSCGG1-17-B-PFA003
 
Archive Date
2/10/2017
 
Point of Contact
Teresa L. Lamphere, Phone: 401-736-1785, Jean M Bretz, Phone: (401)736-1765
 
E-Mail Address
Teresa.L.Lamphere@uscg.mil, JEAN.M.BRETZ@USCG.MIL
(Teresa.L.Lamphere@uscg.mil, JEAN.M.BRETZ@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION AMENDMENT 0003 HSCGG1-17-B-PFA003, REPLACE LINTELS AT HAMILTON HALL, USCG ACADEMY, NEW LONDON, CT PROJECT #4599329 HSCGG1-17-B-PFA003 ISSUE DATE: 18 OCTOBER 2016 Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to completely remove and replace existing deteriorated steel lintels with new galvanized lintels that will be painted before installation, match existing steel lintel size. New lintels shall be reinstalled loose and not fastened to structure. Re-point the entire façade of the building from the eave to the grade with sand and lime mortar matching the original construction. Remove and recycle or properly dispose of all construction debris. Project includes replacing the exterior steel lintels above all windows and doors serving the exterior of the building and the building addition at the east or rear of the main Hamilton Hall building. The original building was constructed in 1930 and has had a series of renovations through the years. Replace the exterior steel lintels over all window openings and door openings including the garage door at the basement level of the main building. This includes replacing the lintels over the window openings at the main building addition on the East/rear of the main building (Henriques addition). Existing brick at the lintels will be removed to access the lintels and a clear written and digital photograph assessment of the existing lintels will be conducted prior to actual removal of lintel. The project includes a base bid requirement and one Option item. Base bid requirement is to completely remove existing lintels and replace with correct size. New lintels shall be galvanized, primed with appropriate primer and painted with two coats of exterior paint. On a case by case basis, if it is determined that actual replacement is not required, an alternative method can be proposed to mitigate lintel oxidation. New lead coated copper flashing shall be installed at all lintel locations. Lintel end dam flashing shall be installed at all locations to eliminate water ponding and wicking at ends of steel lintels. New adhesive backed membrane flashing shall be installed. Cut old mortar joints out to a minimum depth of one inch deep. Remove all deteriorated mortar that is deeper than the one inch minimum initial cut in the joint. If mortar removed reaches half the brick width or deeper then brick shall be completely removed and reset in new mortar bed. All spalled and cracked face brick shall be replaced. Make preps for new grout to be installed, including the removal of all foreign and loose material from the joints. If water is used to clean the joints ensure adequate time is allowed for joint area to dry before placing new mortar. Mortar shall not be harder than the brick and shall be of a sand and lime mixture. Use of scaffolding will require an engineered plan for the erection and stabilization of scaffold for use on site. The engineered plan shall be stamped by the certifying engineer. There are items attached to the outside face of the building at various locations. These items shall be removed and reinstalled once the repointing in that area is complete. Use shoring as required to keep items from shifting out of place. Base bid contains approximately 10724 square feet of surface area and 69 window and door openings. The option requirement breaks up the square footage and number of openings to be completed within that option. Option ‘C' (Option 1) is a concentrated area of replacing only the lintels at the Arch windows on the rear addition to Hamilton Hall Henriques addition. Only repoint immediate area around the window opening as required. Included in option are 10 arch openings and the replacement of two limestone sills. Repair of the windows and frames is part of this option. Windows shall be repaired to normal working order. Remove all old joint sealant and replace with new. Remove and recycle or properly dispose of all construction debris. The lintels, window openings and doors, frames, trim, etc. are based on the original building drawings, historic photographs, field measurement of original components and current code requirements. New lintels shall be galvanized and then primed for two coats of paint before installation. All windows shall be thoroughly cleaned on the exterior prior to removal of scaffolding. Replace all joint sealant at the exterior of all openings. Electrical lighting fixtures and loud speaker system shall be removed and reinstalled. Surface mounted conduit shall be removed for mortar joint accessed. Conduit that is oxidized shall be replaced with galvanized conduit. Existing downspouts and scuppers shall be removed and reinstalled at existing locations. General Requirements: All work shall be done by licensed contractors and shall comply with current codes and contract documents. Contractor shall provide 72 hour notice of any required shut downs. Performance Period: Estimated construction time for the base requirement is a total of 8 weeks on site, with 2 weeks for scaffold erection and dismantling. Estimated construction time for the Option is a total of 4 weeks on site with 2 weeks for scaffolding. It is anticipated that award will be made on or before 31 Dec 2016, and on-site performance is expected to begin 22 May 2017 (after Graduation). It is anticipated that all work will be completed ooa 3 August 2017. The estimated value of the procurement is between $250,000.00 and $500,000.00. Solicitation packages will be available on 18 October 2016. The date set for receipt of bids is scheduled for 26 January 2017 at 2:00 pm per amendment 0003 to the solicitation issued 6 December 2016. The applicable North American Industry Classification System (NAICS) code is 238390, Other Building Finishing Contractors, with a small business size standard of $15.0 Million. This acquisition is issued pursuant to FAR Part 14 and is 100% Set-Aside for Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site: http://www.fbo.gov. To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor]. In order to view a list of interested vendors, interested parties should click on [View List of Interested Vendors]. A list of interested vendors is only available by registering electronically for this solicitation. Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-17-B-PFA003/listing.html)
 
Place of Performance
Address: USCG ACADEMY, HAMILTON HALL, 15 MOHEGAN AVENUE, NEW LONDON, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN04344078-W 20161208/161206234922-2967df75f3dc209d00af9c110cfdf078 (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.