Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Z -- REPAIRS TO SKIRTING BOARDS WRC PIER

Solicitation Number: WASC-7-1243
Agency: Department of Commerce
Office: National Oceanic and Atmospheric Administration (NOAA)
Location: Western Region Acquisition Division
  • Print
:
WASC-7-1243
:
Combined Synopsis/Solicitation
:
Added: August 16, 2007
This is a combined synopsis/Solicitation for NOAA,Facilities & Logistics Division for:I. BACKGROUND

The pier at the NOAA Western Regional Center (WRC) at Sand Point is an L-shaped pier extending into Pontiac Bay in Lake Washington. It is a concrete pier that is 44 feet wide, extends north for 194 feet, and then west for 252 feet. The outer sides of the pier have a wave suppressor that consists of parallel vertical 6x12 wood planks that start above the high water mark and extend into the water to a depth of 16 feet (?skirting boards?). The planks are secured with four (4) ?? galvanized lag screws, two into the top waler and two into the bottom waler. Many of the lags are corroded and rusting to the extent that they are failing and the skirting boards are becoming detached from the walers.



II. SCOPE

A. Base Bid.

1. Inspect the skirting boards and determine the 80 skirting boards most likely to be the next to become detached due to lag deterioration.

2. Furnish and install ?? x 24? galvanized thru-bolts with malleable washers and nuts for the 80 skirting boards as noted in part 1 above with one thru-bolt at the top waler and one thru-bolt at the bottom waler.



$ Total for Base Bid



B. Option 1.

1. Furnish and install thru-bolts for a number of the remaining 383 skirting boards with one thru-bolt at the top waler and one thru-bolt at the bottom waler. The number will be selected by the Government based on the following unit pricing:



$ Per Skirting Board, minimum 1, maximum 100



$ Per Skirting Board, minimum 100, maximum 383



III. PERMITS

A. COE nationwide permit will be obtained by the Government prior to construction.

B. Local permits will be obtained by the contractor.



IV. OWNER FURNISHED EQUIPMENT

A. N/A.



V. USE OF PREMISES

A. Security. The WRC is a secure site with entry gate guard operations. Contractor shall be responsible for obtaining daily visitor passes or temporary contractor passes, coordinated through the Facility Manager, Jesse Hurtado.

B. General. Contractor shall coordinate use of the area with NOAA MOC-Pacific and ship operations. The work site must be vacated by the contractor when the pier is in use by a NOAA ship as directed by NOAA MOC-Pacific.

C. Limit work site on the pier to keep the pier clear and available to NOAA.

D. Existing Utilities: The contractor may utilize the utilities on the pier as they are available (not used by NOAA). Provide connections and extensions of services as required for construction operations.



VI. ENVIRONMENTAL PROTECTION

A. Keep construction activities under surveillance, management, and control to:

1. Avoid pollution of water resources;

2. Minimize interference with, disturbance of, or damage to fish and wildlife.

3. Minimize pollution of air resources.

4. Minimize noise using every action possible and reasonable for the type of work involved



VII. WORK SCHEDULE

A. Perform construction activities between 8:00 am and 5:00 pm unless otherwise permitted by local ordinance and the Contracting Officer.



VIII. SAFETY

Contractor shall comply with the requirements of 29 CFR, Part 1910: Occupational Safety and Health Administration (OSHA) General Industry and Health Standards. The Contractor shall promptly correct any non complying work or conditions. Contractor shall be responsible to ensure its work does not affect the safety of the public or employees of the Government. Neither the Government nor its representatives shall bear any responsibility for safety precautions at the project work site.



IX. SITE CLEANUP

The Contractor shall ensure that the project area, areas adjacent to the project, and any areas designated for materials and equipment are maintained in a clean and safe condition. Clean-up shall be performed daily. The Contractor shall remove all trash, debris, or material from the project operations and dispose of off site.



X. USE OF GOVERNMENT FACILITIES

Toilet facilities for Contractor?s use are located in Building 8.



XI. PROTECTION

The Contractor is responsible for his own security arrangement including his and his subcontractors material, equipment, and personnel. The Contractor shall comply with Department of Commerce site security requirements.



XII. FINAL INSPECTION

The Contractor shall contact the COR to arrange for Final Inspection two (2) calendar days prior to planned completion date. The Government will perform its Final Inspection on all phases of the work and develop a comprehensive punch list which will be provided to the Contractor. A Completion Verification Inspection will be scheduled when the punch list items discovered in the Final Inspection have been corrected. The Contractor is advised that the Government will not accept the work until it is determined substantial completion has been achieved.



XIII. INSURANCE TO WORK ON GOVERNMENT FACILITY

The Contractor shall:



A. The Contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the Contractor?s vehicles or other equipment by, or the action of, the Contractor or the Contractor?s employees and agents.



B. The Contractor, at the Contractor?s expense, shall maintain adequate public liability and property damage insurance during the continuance of this contract, insuring the Contractor against all claims for injury or damage.



C. The Contractor shall maintain Workers Compensation and other legally required insurance with respect to the Contractor?s own employees and agents.



D. The Government shall in no event be liable or responsible for damage or injury to any person or property occasioned through the use, maintenance, or operation of any vehicle or other equipment by, or the action of, the Contractor or the Contractor?s employees and agents in performing under this contract, and the Government shall be indemnified and saved harmless against claims for damage or injury in such cases.

This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to (206) 526-6025 attention to Melvin N. Fondue. This is a small purchase action estimated not to exceed $100,000.00. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (APR 2005) 2. 52.243-1 I CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE I (APR 1984) 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003)11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (OCT 2003 12. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 13. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 14. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)







****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GO

:
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
:
SEATTLE, WA
98115
:
Melvin Fondue, Purchasing Agent, Phone (206) 526-6043, Fax (206) 526-6025, Email melvin.n.fondue@noaa.gov