CLEANUP OF FLOOD DAMAGE AT COAST GUARD FACILITY
This is a combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement cons... This is a combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT is issued. The solicitation number is 70Z02919Q8PS027. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2007. This acquisition is Small Business Set Aside. The NAICS is 238990 .The contract type will be a firm fixed price purchase order. The government proposes to solicit from the attached scope of work. Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Services are included in this order and are applicable. Vendors doing business with the Coast Guard must be registered or be willing to register with the System Award Management at www.SAM.gov. Please Email all quotes to Jose Villegas, Jose.d.Villegas@uscg.mil. (504) 253-4896 If you have any questions pertaining to the please use the contractors request for clarification form. Submit all forms prior to the site visit to Jose Villegas at Jose.d.Villegas@uscg.mil This solicitation will be will be evaluated by the following criteria: Past Performance, Response time, Price. 52.237-1: Site visit Offers or quotes are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award 52.237-1 site visit For site visit please contact: Eva Gonzales, (305) 278-6714 or at Eva.M.Gonzales@uscg.mil Evaluation Process: Lowest Price Technically Acceptable. 1. SCOPE OF WORK 1.1. GENERAL REQUIREMENTS: The contractor shall provide all material, labor, disposal, equipment, and services necessary to perform all services as described herein. Services shall include the cleaning of all interior spaces as identified in section 1.4 and removal of any microbial or mold growth identified throughout the interior spaces. 1.2 LOCATION: The project is located at U.S. Coast Guard Cutter Gasconade, 9800 John J. Pershing Drive, Omaha, NE 68112-1503 1.3 BACKGROUND The Facility building for Coast Guard Cutter Gasconade experienced flooding to approximately 2 feet above the floor level. Flooding originated through the facility drains and continued to rise as the river's waterline reached and entered the building. Unit raised valuables and electronics above the flood line; however, the furniture was unable to be moved and was damaged. A floor plan is included to show the layout and dimensions of the facility. After the flooding event, the flooring and wet drywall was removed from the facility. Initial de-humidification efforts were made as well as shown in the pictures below. 1.4 PROJECT REQUIREMENTS General: The contractor shall clean and sanitize the interior spaces thoroughly using appropriate application specific methods. Additionally, the contractor shall treat any mold growth found and finish all spaces with an antifungal/mold inhibitor. These spaces shall include the kitchen, weight room, garage, berthing areas, lounge area, bathrooms and closet spaces, including closet housing HVAC unit, as identified on the site plan. Contractor shall conduct inspection of HVAC ductwork, and as needed, clean using the preferred method based upon the findings of the inspection. During the remediation process, the contractor shall use air scrubbers and dehumidifiers in the area. The size and number of air scrubbers and dehumidifiers shall be determined by the square footage of the area. The remediation company shall determine this and provide submittal of suggested number of equipment per space for approval prior to work beginning. Blowers and fans shall be used to dry out the floors and walls. Dehumidifiers and air scrubbers shall continue to run during and after the completion of cleaning. This equipment (blowers, dehumidifiers, and air scrubbers) shall continue to run for at least 24 hours after the completion of all remediation in each space. Unit personnel will not occupy the areas of work to allow for remediation to be completed per the schedule provided in section 1.6. 1.5 TRAINING Local, State, or Federal certification or licensure of microbial growth remediation or restoration. 1.6 SCHEDULE Contractor has 5 days from award notice to complete this project. 1.7 SCHEDULE OF VALUES NONE REQUIRED . 1.8 SPECIAL REQUIREMENTS NONE REQUIRED 1.9 SUBMITTALS NONE REQUIRED 1.10 HOURS OF WORK CGC GASCONADE FACILITY REMEDIATION OMAHA, NE 5 All Contractor work activities shall be conducted only between the hours of 0800 and 1500 local time, Monday through Friday, excluding all Federal Holidays. Request for work outside normal working hours must be submitted in writing for approval not less than 48 hours in advance. 1.11 CONTRACTOR USE OF PREMISES The Contractor shall be working within an operational Coast Guard installation. The Contractor shall perform and conduct all work to minimize interference with Coast Guard Operations and become familiar with and obey fire and security regulations. 1.12 INSPECTION The Contractor shall keep the unit fully informed of contract operations and plans. A unit representative will be present for commencement of work and again during acceptance of repairs. All work shall be inspected and accepted by the unit or other designated representative. To demonstrate that the materials to be used in this project conform to these specifications, the contractor may pursue any of the following: a. Certificates of compliance with specification requirements signed by an authorized officer of the manufacturer or processor of approved trade association involved. Such certificates shall show the name and address of the contractor and the name and location of the project. The certificate shall be accompanied by all supporting product data so that adequate evaluation by the Government can be made. b. Labeling by the manufacturer on unbroken/unopened containers. c. Official marking or labeling by recognized grading organization or national code association indicating compliance. 1.13 FINAL INSPECTION AND ACCEPTANCE When work is complete and ready for final inspection, the Contractor shall notify the unit to schedule a final acceptance walk-thru prior to completion. 1.14 WATER, ELECTRIC AND TOILET FACILITIES The contractor shall have reasonable use of water and electric utilities located at the Station. The contractor shall furnish, if needed, portable bathroom facilities at the work site. The government reserves the right to revoke these privileges at any time, for any reason. 1.15 REMOVALS All rubbish and trash created as a result of fulfilling this work shall be removed from the site daily at contractor expense. Contractor shall utilize recycling facilities for waste whenever possible. Hazardous materials shall become the property of the contractor and CGC GASCONADE FACILITY REMEDIATION OMAHA, NE 6 shall be removed from the site at contractor expense and disposed of in accordance with local, State, and Federal laws. 1.16 CLEANUP Contractor shall remove all debris generated by this operation by the end of each working day. Excessive equipment or material (removed or new) shall not be stored at the Station without prior approval of the unit. 1.17 PROTECTION OF EXISTING STRUCTURES, UTILITIES, AND WORK The contractor shall supply and maintain protective measures against damage to existing structures, utilities, or interruption of any service. Failure to do so may result in cessation of all work. All damages or interruption of utility services resulting from failure to take necessary precautions shall be repaired or restored at no additional cost to the Government. 1.18 REGULATORY REQUIREMENTS & ENVIRONMENTAL PROTECTION Comply with all Federal, State and local laws including EPA requirements. In addition, comply with ICC building codes, and other regulatory references. Provide safety equipment and worker protection during construction as required by OSHA for construction industry, 29 CFR 1926. The contractor is required to obtain any and all necessary permits. Contractor must use suitable control measures to prevent spills from entering waterways and must notify the Government of any discharges immediately. Contractor is responsible for clean-up of any spills of hazardous material. 1.19 DELIVERY, STORAGE, AND HANDLING Delivery of materials to the job site must be coordinated with the Stations Engineering Petty Officer prior to arrival due to limited lay down areas on Base. All materials shall be in sealed and undamaged containers or wrappings bearing the manufacturer's name, brand designation, specification number, batch number, color and date of manufacturer. Damaged materials shall not be used. POINTS OF CONTACT: A. Civil Engineering Unit Miami District 8 Facility Asset Manager: B. LTJG Jordan Groff - (305) 278-6752 A.. USCGC GASCONADE Engineering Petty Officer: B. MKC Richard Hebert - (402) 451-7681 - End of Scope -
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »