Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

56 -- 628 FSS School Age Fencing

Notice Date
8/14/2020 12:54:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
F1MNAF00000350002
 
Response Due
9/4/2020 11:00:00 AM
 
Archive Date
09/19/2020
 
Point of Contact
Joseph Srader, Phone: 843-963-5656, SSgt Ryan M. Smith, Phone: 843-963-4516
 
E-Mail Address
joseph.srader.1@us.af.mil, ryan.smith.108@us.af.mil
(joseph.srader.1@us.af.mil, ryan.smith.108@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description of Service:� The purpose of this contract is to remove and replace all existing fencing on (2) Baseball Fields & Sports Center.� Replacing all posts and fence fabric, installing new compliant fencing per specification provided in our USAF 1-10-10 Design Guide. Location is our Youth Sport Fields Fencing at the School Age (AB) Youth Programs.� Sports Field Fencing are not in acceptable condition and all of the installed Fencing needs to be removed and replaced. The primary focus for the renovation is to enhance the total outdoor play environment through equipment and compliance upgrades, repairs and restoration of any existing AF safety discrepancies. Contractor shall furnish and install new Fencing for (2) baseball diamonds- Furnish materials and labor to remove and replace existing chain link fence, backstops, gates and outfield fences including demolition and disposal. Contractor must install new 20� backstop with overhang, 1 double gates 2 � single gates per field.� Sideline fences and outfield fences will be 6� high and fences from backstop to end of dugout will be 10�high.� Fence will be 9 ga. Industrial. Fence will have top rails and bottom tension wire.� Post and braces will be SS40 Industrial.� All fittings and ties will match fabric and framing.�� .� ��The majority of work involves the removal of specified fencing equipment, existing fencing and concrete foundations replacing it with new fencing equipment that is USAF compliant. The Contractor must be certified as a Playground Installer. �The contractor shall supply materials, equipment, machines, tools, appliances, services, supplies, and incidentals associated with the construction on Joint Base Charleston.� In addition, the Contractor shall remain completely responsible for all deliverables in full compliance with the requirements of this contract. If the Contractor elects to do fast track construction, approval for any part on the design by the government does not constitute overall project approval. The Contractor shall be responsible for all conflicts that arise from coordination of design and construction. Contractor shall adhere to all criteria as specified in the Base Architectural Compatibility Guide Standards, and the following: � UFC 4-740-14 Design: Child Development Centers, to include supplements and modifications listed in section 01 10 10. �This section was developed to provide design requirements for an Air Force Accessible Playground at any location and supersedes the UFC. � The Consumer Product Safety Commission (CPSC) (http://cpsc.gov/) Handbook for Public Playground Safety. ASTM F1292, Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. ASTM F1487, Standard Consumer Safety Performance Specification for Playground Equipment for Public Use. ASTM F1951, Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment. The contractor shall be responsible for the following: � � � Demolition and Removal: The Contractor shall provide surveying as necessary to locate work items prior to initiating demolition work. All demolition of site work shown on the plans is approximate. Demolition limits shall be confirmed by the contractor and approved by the Contracting Officer�s Representative (COR). Erosion and sediment control Best Management Practices (BMPs) shall be in place and approved by the COR prior to initiating demolition work. BMPs shall be maintained through the entirety of the project. The Contractor is responsible for all demolition debris removed from the site and off of JB CHARLESTON. The Contractor shall be responsible for all disposal permits and regulation requirements. The Contractor shall coordinate with the Base Civil Engineer Group (CEG) or Squadron (CES) to confirm proposed haul route and access gate locations and transportation of any imported/exported demolition or borrow materials within and outside the Base. � Installation: Contractor shall install furnished fencing equipment in accordance to manufacturer's recommendations and must ensure that all equipment installation meets Consumer Product Safety Commission (CPSC) and American with Disabilities Act (ADA) guidelines for acceptability for Public Playgrounds.� Contractor shall furnish and install new Fencing for (2) baseball diamonds- Furnish materials and labor to remove and replace existing chain link fence, backstops, gates and outfield fences including demolition and disposal. Contractor must install new 20� backstop with overhang, 1 double gates 2 � single gates per field.� Sideline fences and outfield fences will be 6� high and fences from backstop to end of dugout will be 10�high.� Fence will be 9 ga. Industrial. Fence will have top rails and bottom tension wire.� Post and braces will be SS40 Industrial.� All fittings and ties will match fabric and framing.� �.� Contractor must provide (AFSVC) with a letter certifying playground equipment and surfacing meets above criteria. Installation, construction and miscellaneous repair actions include but not limited to the specific items listed, refer to specific finalized site designs for guidance: � � � General site work: �requirements for this project shall include, but may not be necessarily limited to the specific items listed, refer to specific finalized site designs for guidance. The area around the main play areas shall have landscaping repaired so as to ensure a seamless flow from lawn to playground. � �Air Base Youth Ball Fields� Location 205 W Hill Blvd, Joint Base Charleston SC � Demolition and Removal areas include:� � Remove and dispose of all existing fences Remove �and dispose of all existing fence fabric Remove and dispose of existing vinyl coated posts and hardware Remove and dispose of all existing gates on fencing � � Construction areas of interest include: � Add new compliant fencing per specification provided by the USAF design guide. Install new fences for (2) baseball diamonds Furnish materials and labor to remove and replace existing chain link fence, backstops, gates and outfield fences including demolition and disposal. Install new vinyl coated posts, rails, fence fabric, and hardware. Install new 20� backstop with overhang Install 1 new double gates Install 2 single gates per field. Sideline fences and outfield fences will be 6� high and fences from backstop to end of dugout will be 10� high. Fence will be 9 ga. Industrial. Install top rails and bottom tension wire. Install posts and braces will be all SS40 Industrial. All fittings and ties will match fabric and framing Install new top yellow top rail cap to match and replace the existing material of �4� corrugated yellow PVC. Provide and install foul poles to match existing, damaged foul poles.� Match yellow strip painting in outfield fencing � � Installation areas of interest include: AB Youth Ball Fields � Install new Air Base Youth Programs with new fencing Remove and replace all existing fencing on (2) Baseball Fields & Sports Center.� Replacing all posts and fence fabric, installing new compliant fencing per specification provided in our USAF 1-10-10 Design Guide. Fencing for (2) baseball diamonds- Furnish materials and labor to remove and replace existing chain link fence, backstops, gates and outfield fences including demolition and disposal. �Contractor must install new 20� backstop with overhang, 1 double gates 2 � single gates per field.� Sideline fences and outfield fences will be 6� high and fences from backstop to end of dugout will be 10�high.� Fence will be 9 ga. Industrial. �Fence will have top rails and bottom tension wire.� Post and braces will be SS40 Industrial.� All fittings and ties will match fabric and framing.�� .� � � � � � HOURS OF OPERATION.�� Working hours for the contractor will normally be between the hours of 8:00 AM and 5:00 PM excluding Saturdays, Sundays, and Federal holidays.� If the Contractor desires to work during periods other than above, additional government inspection forces may be required.� The Contractor must make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces.� If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. � � Disposition of Waste, Excess, Scrap, and Salvage Materials:� The title to all waste, excess, scrap, and salvage materials generated as a direct result of this contract is vested in the Contractor - unless specifically excepted below.� Further (unless listed below in exceptions), these materials shall be disposed of off the Base by the Contractor in accordance with all applicable Federal, State, and Local Regulations.� Following is a list of materials (Exceptions) that will be generated as a result of this contract and shall be turned-into the Government at a location at JB CHARLESTON AFB designated by the Contracting Officer: � Exceptions:� None. � Radiation Permits and Authorizations.� Not Required � Security Requirements. � Levels of Security.� JB CHARLESTON AFB security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of WPAFB AFB in question. � The lowest level of security exists in �GENERAL ACCESS� areas.� These areas are all of JBAFB outside of the ""USAF Controlled"" and ""USAF Restricted"" areas. � �USAF Controlled� access areas are the mid-level security areas.� Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded. � The highest level of security on JB CHARLESTON AFB is that within the �USAF RESTRICTED AREAS�.� These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS.� Work schedule requests or changes to existing schedules for work to be performed in a �USAF RESTRICTED AREA� shall be submitted at least 7 calendar days in advance for approval and coordination of WPAFB Security Forces. Closed Base.� JB CHARLESTON AFB is considered a closed base.� All personnel entering must have specific permission of the installation commander for entry.� This permission is granted when a Contractor employee is issued an identification card.� The Contracting Officer will provide information necessary to obtain identification cards.� The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card.� Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces.� � NOTE:� Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor.� � Identification of Contractor Vehicles.� Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a204553bbb074c96a0db962743643f71/view)
 
Place of Performance
Address: Charleston AFB, SC 29404-4825, USA
Zip Code: 29404-4825
Country: USA
 
Record
SN05759025-F 20200816/200814230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.