BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a municipal facility in Baltimore, Maryland. Completed plans call for the renovation of a municipal facility.

This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 70Z04022Q60020Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Basis for Award: This solicitation is based on FAR 13 - Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Priced Technically Acceptable basis per the solicitation. Past performance will only be reviewed for "responsibility" basis per FAR 9.1. There are no adjectival ratings nor will award be based on a best value tradeoff basis. The vendor's quote that is the lowest priced and meets all the technical requirements of the solicitation will be awarded the contract. All quotes shall be emailed to SK2 Chad Yearwood via chad.a.yearwood@uscg.mil and shall be received no later than 01/13/21 by 0900hrs (Eastern). All emailed quotes shall have 70Z04022Q60020Y00 in the subject of the email. (Please see Mandatory Site Visit requirement) BUILDING 5 INDUSTRIAL DIVIDING WALL INSTALLATION PERFORMANCE WORK STATEMENT (PWS) SCOPE: Supply, prepare, and install a 10' tall dividing wall in the Building 5 Engine Shop at the U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226. Installation services will include surface preparation, structural supports, electrical connection, and final installation. A preliminary site visit shall be conducted and a preliminary drawing shall be provided to the COR. REQUIREMENTS: The Contractor shall provide all labor, equipment, tools, materials, disposal, and supervision to meet the requirements below. Where no standards are specified, the Contractor shall meet industry standards. MANDATORY SITE VISIT SURVEY: All interested contractors shall attend site visit in order for quote / proposals to be considered. Site visit date shall be held at 2401 Hawkins Pt Rd, Baltimore MD 21226 on 01/05/2022. Interested vendors must RSVP by emailing Sergey.Dayneko@uscg.mil on or before 01/03/2022 (1200hrs EST). Wall System Dimensions. The dividing wall shall bifurcate the South-West section of Building 5 Engine Shop. This area is approximately is 2,400 square feet. The linear dimensions of the wall shall be approximately 50' L x 50' W. Contractor shall field verify all measurements. Interferences. Contractor shall deconflict any interferences with the COR inside Building 5 that may occur in the performance of this PWS. Government-Furnished Items. There shall be no Government-Furnished equipment and utilities. Performance of Wall. The dividing wall shall be 10' in height measured from the existing floor. The dividing wall shall be structurally rated to resist 500 lbs of horizontal force. The dividing wall shall be fire retardant. There shall be 20 Amp GFCI electrical outlets along the dividing wall at equidistance from each other. There shall be a total of 5 outlets. There shall two sets of double entry doors that are a minimum of 3' wide each, for a total of 6' per set. The entry doors shall be installed on the North-South face and the East-West face. See Enclosure (1) for additional details on the performance requirements. Bid Proposal. The Contractor's Bid Proposal shall consist of and include: Mandatory Site Survey. Project Plan/Schedule. Conceptual Drawings, These drawings shall show dividing wall interfaces with building. Utilities requirements to accomplish floor system installation. Manufacturer's technical information, data sheets, preparation/storage/handling instructions and recommendations, installation methods, and technical publications. Dividing wall system upkeep and cleaning requirements. The Contractor shall provide all labor, material, equipment, supervision, and resumes/certifications prior to commencement of work. Upon completion of work, the Contractor shall meet with the Contracting Officer (KO) or their designated representatives for final acceptance and sign-off, and address any discrepancies and/or notations made by the Government. The Contractor shall contact the KO or their designated representatives upon arrival on the job site and prior to departure each day. Work shall be done in a safe and efficient manner and in accordance with all Federal and State safety requirements. Contractor Employees and/or Subcontractors assigned to contract performance shall be subject to dismissal from premises, at the request of the KO, for violation of any Coast Guard or Coast Guard Yard regulations, applicable laws, or pertinent contract provisions. The Contractor must maintain a workforce sufficient to complete performance within the specified time frame agreed to by the KO and in accordance with the Coast Guard's schedule. The Contractor shall provide safety and health controls for: Protection to the life and health of employees and other personnel; For prevention of damage to property, materials, supplies, and equipment; Against any hazardous conditions present in the performance of work. The Contractor shall report to the KO or their designated representative any damage to property, materials, supplies and equipment incidental to work performed in accordance with provisions of the contract. If a hazardous situation arises during work, the Contractor shall immediately stop work and report the incident to the KO or their designated representative. In the event that the Contractor fails to promptly report any such situation and/or fails to immediately commence and promptly clean up completely, the Government reserves the rights delineated in the Federal Acquisitions Regulations (FAR) Clause 52.212-4 Contract Terms and Conditions. Whenever the Contractor encounters any difficulty which is delaying, or threatens to delay, the timely performance of the contract, the Contractor shall immediately give verbal notice thereof to the KO or their designated representative, confirmed in writing, including all relevant information with respect thereto. Such notice shall not in any way constitute an extension of the performance time or be construed as a waiver by the Government of any rights or remedies to which it is entitled by law or pursuant to the terms of this contract. Failure to give such notice, however, may be grounds for denial of any claim for additional costs because of such delay. Extensions may be granted on an individual basis only by the KO. The Contractor shall at all times keep the work area and passageways around the work areas free from any accumulation of waste materials, rubbish, or oil and water, and upon completion of work, remove from the premises all material and equipment not the property of the Government. The Contractor is to leave the work area and premises in a clean, neat, and workmanlike manner that is satisfactory to the KO or their designated representative. If a clean-up of any spill or dirt is not immediately made, the Government may exercise the rights stated in the FAR 52.212-4 Contract Terms and Conditions. The Contractor shall be given notice to proceed, not less than 48 hours, but as early as possible, prior to the requested starting time and date by the KO, allowing the KO sufficient time to plan a work schedule. The Contractor shall properly remove and dispose of all materials in compliance with applicable Federal, State, and Local environmental laws and regulations. The Contractor assumes all responsibility and liability for the transport and proper disposal of materials and in particular the following requirements: If a spill occurs, the contractor must report the spill to the USCG Yard Main Gate (410-636-3993) or land-line Yard extension X-3000 IMMEDIATELY and submit a letter describing the incident within 24 hours after the spill. During a spill, the contractor may receive direction from Yard Firehouse/Environmental. The Contractor MUST follow the USCG Yard Facilities Response Plan, when operating on USCG Yard property. Ordering data to be furnished to the Contractor upon placing the delivery Order: Date and Time service is required for NLT (no later than) start and completion. Yard Environmental Management System: the contractor will be audited by a member(s) of the Yard Environmental Branch. The audit will verify the qualifications of the Contractor to perform the work according to state and federal regulations, Yard Emergency Response Procedures, and contact information. GENERAL INFORMATION. Quality Assurance. The Government shall evaluate the Contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Quality Control. The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Quality Control Plan shall include, at a minimum, the following: The quality control organizational structure. A quality control inspection system covering all tasks included in the contract scope of work. It shall specify tasks or areas to be inspected, on either a scheduled or unscheduled basis, or the manner in which inspections are to be conducted. A description of the methods of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. A description of the methods of documenting and enforcing quality control operations of Contractor, and any Subcontractor, work, including inspection and testing. Quality Control Reports. The Contractor shall submit a copy of the daily Quality Control Reports to the COR at end of each working day. The Quality Control Reports shall contain, at a minimum, information on the following: Progress Report Conditions Found Concerns Safety Incidents Items/Areas ready for inspection (per task list) Cost Expenditure Reports Recognized Holidays. The Contractor may be required to work on the following federal holidays: New Year's Day Labor Day Martin Luther King Jr's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day Hours of Operation. The United States Coast Guard Yard normal working hours are from 7:00 A.M. to 3:30 P.M., Monday to Friday, except Federal Holidays or when the Government facility is closed due to local or national emergencies, inclement weather, administrative closings, or similar Government-directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed. The Contractor may be required to work outside of the normal working hours, days, and possibly, on weekends. Advance notice will be given, as much as practical. On days of inclement weather the contractor will call the U.S. Coast Guard Yard inclement weather hotline at (410) 636-7910, option #1 for that day's status. If the U.S. Coast Guard Yard is closed the contract employees will not report for that day. If there is a delayed opening the contract employees should report at that time specified in the announcement message. Place of Performance. The work to be performed under this contract will be performed at the U.S. Coast Guard Yard, 2401 Hawkins Point Road, Building 5, Curtis Bay, Baltimore, MD 21226. Type of Contract. The Government will award one (1) firm-fixed-price contract as a result of this solicitation. Security Requirements. The U.S. Coast Guard Yard, Baltimore, MD is a controlled access area. The Contractor shall be responsible for providing company and issued photo identification to all employees directed to perform work on the U.S. Coast Guard Yard. All Contractor employees are required to identify themselves with company identification on their hard hats and/or uniforms. Any Contractor employee not following U.S. Coast Guard rules and regulations will be removed from performance on this contract and may be barred from reentering the U.S. Coast Guard Yard. This does not absolve the Contractor in meeting contract performance requirements. Physical Security. The Contractor shall be responsible for safeguarding all Government equipment, information, and property provided for Contractor use. Listing of Employees. The Contractor personnel shall maintain a current listing of employees. This list will include the employee's name and date of birth. The list shall be provided to the Contracting Officer and the COR. An updated listing shall be provided when an employee's status or information changes. Reporting Requirements. Contractor personnel shall report to an appropriate authority (KO, KO's Representative (COR), or Project Manager) any information or circumstances of which they are aware may pose a threat to the security of U.S. Coast Guard personnel, Contractor personnel, resources, and classified or unclassified defense information. The Contractor shall not substitute employee(s) without prior notification to the Contracting Officer and COR. Contractor employees shall receive a full safety briefing by their immediate supervisor upon initial on-base assignment of all known hazards in areas that work shall be performed. Occupational Safety and Health Standards. The Contractor is required to follow 29 CFR 1915 (OSHA Shipyard Industry Standard), while performing work at the U.S. Coast Guard Yard. The Contractor must provide all required personnel safety equipment for their employees, such as, but not limited to; safety helmet, safety glasses and shoes, respirators (disposable paper respirators are unacceptable), safety harnesses, and hearing protection. All safety equipment must meet OSHA standards. Failure of Contractor employees to comply with the above requirements could result in a shutdown of operations. The U.S. Coast Guard Yard has 24-hour first aid, spill response and fire protection available. If necessary, the Contractor may call 410-636-3993 from non-Yard phones and extension 3000 from Yard phones for emergency situations. The U.S. Coast Guard Yard will provide emergency first aid only. Injuries must be reported immediately and followed up with a written report to the COR. Special Qualifications. The Contractor shall comply with all the U.S. Coast Guard Yard ISO 9001 Quality Management and ISO 14001 Environmental Management Systems certifications. The Contractor may be periodically audited to ensure conformity to these certifications and standards. ISO Certifications. The Coast Guard Yard is an ISO 14001 certified industrial facility. Maintaining this environmental certification is of paramount importance to the Yard. The Contractor may be audited one or more times a year to ensure their compliance. The Contractor, therefore, will be held strictly accountable for violations of the ISO 14001 Standards and Environmental Law and/or Regulation. The Contractor will receive a Yard Environmental Corrective Action Request for any spills/releases of contaminated waters or oils. Any fines levied against the Government by the Maryland Department of the Environment, Environmental Protection Agency, or other regulatory body will be charged to the Contractor if the Contractor is found to be at fault. Post Award Conference/Periodic Progress Meetings. The Contractor will agree to attend any post-award conferences convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart (FAR) 42.5. The KO, COR, and other Government personnel, as appropriate, may meet periodically with the contractor to review the Contractor's performance and schedule. At these meetings, the Contracting Officer will appraise the Contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, are being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. Kick-Off Meeting. Before any work commences, the Contractor shall meet with the KO/COR to perform a walk through to establish an interference check-off sheet as well as a specific services (tasks) check-off sheet. In addition, the Contractor shall provide a daily progress report to the COR. Both of these check-off sheets and the daily progress report shall be used by the COR during daily inspection of work daily and upon work completion. Performance Schedule. Within 24 hours of the kick-off meeting, the Contractor shall provide the Government with a schedule of work to be performed. Contracting Officer's Representative (COR). The COR will be identified by separate letter. The COR will monitor all technical aspects of the contract and assist in contract administration. The COR is authorized to perform only those functions designated in the letter, issued by the KO. A letter of designation, issued to the COR (a copy of which will be sent to the Contractor), states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in performance dates. The COR is not authorized to change any of the terms and/or conditions of the contract. All contract changes that impact price or cost, quality of work, and the performance schedule may only be approved or made by the KO. Key Personnel. The Contractor shall provide a Supervisor/Alternate Supervisor who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor shall be designated in writing to the Contracting Officer. The Supervisor/Alternate Supervisor shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The Supervisor/Alternate Supervisor shall be available between 7:00 a.m. to 4:30 p.m., Monday to Friday except Federal Holidays or when the Government facility is closed for administrative reasons. Coordination with COR. The Contractor shall coordinate all work requirements, stated herein, with the Contracting Officer and the COR. There may be occasions in which the U.S. Coast Guard Yard will request the Contractor to cease work or move to a different location due to U.S. Coast Guard Yard production requirements. Interferences. Work sites may contain items such as scaffolding, hoses, debris, and other interferences from U.S. Coast Guard Yard work operations. The Government shall attempt to remove and/or minimize such interferences to the extent practical. In the event such interferences are not removed, however, the Contractor shall notify the COR immediately to mitigate the situation. The presence of interferences and the COR's inability to totally mitigate the impact on performance will not relieve the Contractor of responsibility for performance of services required. Damage to Government Property. The Contractor shall be held liable for any damage to Government Property caused by the Contractor. The Contractor shall provide protective coverings on all vulnerable equipment and surfaces. It shall be the responsibility of the Contractor to ensure that the coverings are adequate. Any concerns as to the adequacy of the coverings must be brought to the attention of the COR. The Contractor shall inspect the area before work commences and may request a technical inspection from the COR, however such an inspection does not relieve the Contractor from responsibility for damage. PART 2- DEFINITIONS AND ACRONYMS CONTRACT DEFINITIONS: CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: This is the only individual who can legally bind the government. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. KEY PERSONNEL. Contractor personnel whose qualifications are evaluated in the source selection process and whose services the Government that can required as part of the performance of the contract in accordance with the Key Personnel provisions in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. Substitution of all Key Personnel requires approval by the Contracting Officer. QUALITY ASSURANCE. The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract and commercial quality requirements. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. PART 3 GOVERNMENT FURNISHED ITEMS AND SERVICES GOVERNMENT FURNISHED ITEMS AND SERVICES: Utilities: Coast Guard shall made available water, compressed air, and electricity for the Contractor as defined herein. The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating in such a manner that precludes the waste of utilities, for example: turning off the water faucets or valves after using the required amount to accomplish assigned work. Water: Provide a source of water for Contractor machinery. The Contractor shall be responsible for ensuring that their water hookup connections are compatible with the Yard's water sources. Electricity: Provide up to 480 Volts at 60 Hertz of electrical power. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES CONTRACTOR FURNISHED ITEMS, SERVICES AND RESPONSIBILITIES: General: The Contractor shall furnish all equipment and services required to perform work under this contract other than those explicitly addressed in Section 3 of this PWS. The Contractor shall report to the designated work site within 48 hours after notification by the KO. No other individual has the authority to direct the Contractor to begin work other than a warranted KO. Pending Coast Guard Yard production schedules, services may be required on an intermittent basis within the period and quantity specified. Services: The Contractor shall provide material handling services to load and unload Contractor machinery and set up of equipment. Materials: The Contractor shall provide all plans, equipment, hardware, supports, testing, and training as required for the performance of the contract, with the exception of Section 3 in this PWS. Equipment: The Contractor shall, throughout the performance of this contract, be in possession of fully functioning equipment and tools to complete assigned work. The equipment may be owned or leased by the Contractor and the demonstrated ability to own or lease the equipment must be indicated in the contract proposal. Hazardous Materials and Waste: If it comes to the Contractor's attention that the materials requiring removal are suspected hazardous material and would produce hazardous waste (Code of Maryland Regulations, Title 26, Subtitle 13 and 40 CFR 260-267), the Contractor must cease work immediately and notify the COR. If the surface coating being removed contains lead, cadmium, chromium or Polychlorinated Biphenyl or PCB's, the Contractor will notify the COR immediately. The Government will have the responsibility to dispose of any hazardous materials and waste. The Contractor will have the responsibility to provide its full cooperation with the removal and disposal process. Disposal and Measurement: The Contractor will provide a ticket showing the quantity of waste removed to a certified commercial approved facility by the Contracting Officer. Contractor selected disposal sites must be an authorized Non-Hazardous waste disposal site. Waste tickets and non-regulated waste manifests shall accompany invoices for each removal, so that payment may be processed for each service performed. Additionally, a copy of all weight tickets and invoices shall be submitted to the shop planner on the next business day after disposal with the contract number and task order number for services clearly marked on the weight ticket and invoices. Disposal of the waste shall meet all local, state, and federal standards and regulations, and is to be substantiated by the submittal of a non-regulated waste manifest to the Contracting Officer or the Contract Administrator and additional copy shall be furnished to the authorized caller. PART 5 APPLICABLE PUBLICATIONS APPLICABLE PUBLICATIONS (CURRENT EDITIONS): The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures included cited in this PWS, including: o 29 CFR 1915 Occupational Safety and Health Standards for Shipyard Employment o Coast Guard Yard Quality Manual, Management Operating Procedure 088 o ISO 14001 Environmental Management System Manual o Yard National Pollution Discharge Elimination System (NPDES) Permit o Yard Title V Operating Air Permit o Yard Wastewater Discharge Permit o Yard Oil Operations Permit o All applicable Federal, State and Local Laws and Regulations o USCG Yard Facilities Response Plan ASTM F2440 - Standard Specification for Indoor Wall/Feature Padding. ASTM F1141 - Standard Specification for Wall Coverings. ASTM D3730 Standard Guide for Testing High-Performance Interior Architectural Wall Coatings

Post-Bid

Municipal

$100,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

5 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
554
Active Projects
307
Bidding Soon
4,236
All Active Projects
1,797
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.

Sign-up for Instant Access.

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.

January 13, 2022

February 14, 2022

img_map_placeholder

2401 Hawkins Point Rd, Baltimore, MD

Related To This Project


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.