BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a mixed-use development in Johnstown, Pennsylvania. Completed plans call for site work for a transportation facility.

This is a combined synopsis/solicitation for commercial items 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 be issued. Solicitation is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2019-02 and Defense Circular Number 20190430. This procurement is being issued as a small business set-aside. The North American Industry Classification System Code is 331210 with a size standard of 1,000 Employees. This acquisition is 100% set aside for small business concerns. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Location of performance will be at the 171st ARW of the PA Air National Guard, Coraopolis (Pittsburgh) PA. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. To receive an award of contract the offeror must be registered in System for Award Management (SAM) database which can be accessed at the website https://sam.gov/portal/SAM Quotes Will Be Evaluated on Technical Acceptability and Lowest Price Questions from vendors to Contracting Office due: 10 May, 2019 at 3:00 PM EST. Questions will be addressed no later than: 13 May, 2019 at 3:00 PM EST. It is the responsibility of the vendor to ensure the quote and questions was received by 171st Contracting Office on time. The 171st ARW contemplates the award of a Firm-Fixed Price Purchase Order utilizing FY19 SMR Funding for the replacement of an existing sliding vehicle gate, sliding gate operator, the modification of an existing personnel gate, and the installation of an additional personnel gate at the 258th ATCS in Johnstown, PA. The work consists of furnishing all labor, materials, tools, equipment, supplies, transportation, supervision, and inspection required to perform all of these tasks as detailed below. Award will be made on a Lowest-Priced Technically Acceptable (LPTA) basis. A. Normal duty hours of operation at the base are: 1st week: Monday to Thursday from 0700 to 1630 hours as well as Friday from 0700 to 1530 hours 2nd week: Tuesday to Friday from 0700 to 1630 hours B. Construction shall be accomplished during the aforementioned hours unless the base is closed for a holiday. C. Prior coordination with the Contracting Officer (CO) is required to work outside these hours. The intent of this project is to replace the existing sliding vehicle gate, sliding gate operator, modify existing personnel gate, and install an additional personnel gate. A. Sliding Gate: Contractor will remove existing sliding gate and install a new 8' X 36' Aluminum frame chain link sliding gate with 3 strand barbed wire to match existing. Contractor will remove existing trolleys, clean aluminum shavings from gate track and install new trolleys. Gate will be adjusted for height and alignment to ensure proper and smooth operation. Contractor will install new bottom rollers and adjust to proper fit and alignment. Contractor will straighten, brace, reinforce, or propose alternate means to bring existing main gate posts into alignment. Contractor will furnish new drive chains and adjust to proper tension. Contractor will transfer all signage from existing gate to new gate. B. Sliding Gate Operator: Contractor will remove existing sliding gate operator and replace with a Linear Heavy Duty Slide Gate Operator Model GSLG-A, 1 h.p./230volt/3 phase operator or similar government approved operator. Contractor will ensure all electrical connections and wiring shall be IAW the National Electric Code (to include labeling requirements for high voltage and Arc Flash requirements). Contractor will disconnect and reconnect inductive loop and associated gate operator electronic components. Contractor will replace all electronic safety devices such as pressure sensitive sensors and photo eyes that prevent/reverse closing while obstructed. C. Modify Personnel Gate: Contractor will modify existing gate posts to 3" WT 40 galvanized posts. Contractor will install 1 5/8" WT 40 transom with all necessary hardware and components. Contractor will install top barbed wire arms for 3 strands of continuous barbed wire. Contractor will install 2" outside diameter WT 40 galvanized pipe/welded pipe frame gate. Contractor will install push bar one way panic hardware latch with panic bar on the inside and keyed outside entry. Contractor will install aluminum plate shielding on all sides of panic hardware to prevent access from outside the fence. D. Install Personnel Gate: Contractor will install a personnel gate at the north east corner of the building to allow for an additional point of egress. Contractor will install 1 5/8" WT 40 transom with all necessary hardware and components. Contractor will install top barbed wire arms for 3 strands of continuous barbed wire. Contractor will install 2" outside diameter WT 40 galvanized pipe/welded pipe frame gate. Contractor will install push bar one way panic hardware latch with panic bar on the inside and keyed outside entry. Contractor will install aluminum plate shielding on all sides of panic hardware to prevent access from outside the fence. Contractor will install a 3'x3'x 6' concrete step pad centered under the gate to allow for full swing of the gate in the open position. E. Relevant Standards: Contractor will adhere to all relevant standards found in UFC 4-022-03, Unified Facilities Criteria (UFC), Security Fences and Gates. Submittals shall include a Form AF 3000, Material Approval Submittal Form. The submittal must include a minimum of three copies of the required information. Submittals for Approval will have two copies of the required information retained by the Government and the third copy returned with the AF3000 noting disposition of the submittal. Close out Submittals shall have all copies of the required information retained by the Government. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Provisions: FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212-2, Evaluation-Commercial Items (Oct 2014); FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items (Oct 2018); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2018); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.247-7023, Transportation of Supplies by Sea (Feb 2019). Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/browse/index/far. Solicitation Number: W912KC19P7018 Notice Type: Award Contract Award Date: May 21, 2019 Contract Award Number: W912KC19P7018 Contract Award Dollar Amount: $25,760.00 Contract Line Item Number: ALL Contractor Awarded Name: ALL STATE / SIDNEY BARBOUR Contractor Awarded DUNS: 080182575 Contractor Awarded Address: 696 RUSSELL WOODS DR LYNCHBURG, Virginia 24502 United States

Award

Transportation Terminals

$25,760.00

Public - Federal

Site Work

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

13 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
210
Active Projects
130
Bidding Soon
1,599
All Active Projects
739
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

May 14, 2019

June 14, 2019

img_map_placeholder

258 Airport Rd, Johnstown, PA

Related To This Project


Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.