BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Grimesland, North Carolina. Contact the soliciting agency for additional information.

SECTION B SCHEDULE OF SERVICES ALL PROSPECTIVE OFFERORS ARE ENCOURAGED TO READ AND UNDERSTAND THE ATTACHED REQUEST FOR PROPOSALS IN ITS ENTIRETY PRIOR TO RESPONDING TO THIS SOLICITATION. This is an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract (hereinafter "Contract") between the U.S. Agency for Global Media (hereinafter referred to as the "USAGM"), an entity of the Government of the United States of America, with its headquarters located at 330 Independence Avenue, SW, Washington, DC, 20237, U.S.A. and (TBD) (hereinafter "Contractor"). This requirement consists of the following components: (1) Standard Maintenance that addresses annual schedule for the replacement of defective transmission line poles; and, (2) Non-Standard Maintenance to include: (a) Unscheduled/Emergency pole replacement activities, and, (b) Emergency Services to repair fallen or sagged transmission lines. Acquisition Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Subpart 13.5 - Simplified Procedures for Certain Commercial Items and FAR Part 12 - Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04; dated 05/01/2024. To view the latest Federal Acquisition Circulars (FAC) go to https://www.regulations.gov. Contract Term: The contract term is for a period of performance beginning June 01, 2024 through May 31, 2029 to include five (5) Ordering Periods of one year each. Task/Delivery Orders (TO/DOs) may be issued at any time during the five year ordering period. The performance period will be specified in each TO/DO and may extend beyond the IDIQ period of performance expiration I order to complete the TO/DO. Contract Type: This is an IDIQ contract, Task Order/Delivery Order awards issued against this contract will be placed using the procedures described in Section G, Contract Administration Data. The types of Task Orders (TO) or Delivery Orders (DO) issued against this contract will be awarded on a Firm Fixed Price (FFP) basis in accordance with Federal Acquisition Regulation (FAR) 16.5, Indefinite-Delivery Contracts, and also as set forth in Section G, Contract Administration Data, and Section I, Contract Clauses. The performance periods will be specified in the TO/DOs and may include an extension beyond the IDIQ period of performance expiration date by six (6) months. SUMMARY OF SERVICES The contractor shall provide qualified manpower having specialized knowledge, skills, and aptitudes to perform maintenance routines on high powered shortwave transmission line systems to include: (1) replacement of transmission line poles varying in heights between 25 to 35 feet; (2) repair transmission line sections that have fallen, sagged, or broken; (3) operate standard utility equipment such as line boom trucks, manlift devices, and tensioners; and, (4) comply with all Federal, State, and local safety regulations to ensure maximum protection of personnel and equipment. The Contractor shall manage and supervise all aspects of labor necessary to satisfy the requirements set forth in this contract. Descriptions of required services are contained in Section C and associated attachments. All work shall be performed in accordance with the terms and conditions of this contract and safety rules set forth by the station Chief Engineer and Safety Officer. Safety of personnel and quality workmanship are an integral part of this contract. STANDARD SERVICES The primary component of this contract is the firm-fixed-price component for the contractor's provision of scheduled maintenance services as defined Section C. The firm-fixed-price includes all work, including furnishing all labor and services - unless otherwise specified. The price shall include all labor and overhead (including cost of Workers' Compensation and required insurance). The Government will provide all materials and supplies required for Standard Services. Use of Government equipment may be accommodated based on availability and prior approval by the station Contracting Officer Representative (COR). Station historically has replaced 35 to 50 poles each year. Standard Services include transmission line pole replacement activities based on an annual assessment and schedule provided by the station. The station will conduct an annual assessment of transmission line poles. Replacement requirements shall be provided to the contractor no later than 15 May. Contractor shall coordinate scheduling for the performance of pole replacement activities within 30 days of receipt of annual requirements. NON-STANDARD SERVICES Non-Standard Services, or emergency services, are generally corrective repairs by the Contractor to restore station program operations or maintain field conditions predicated on a failed transmission line delivery system and/or pole replacement activity not identified on the annual inspection report covered under standard services routines. PRICES/COSTS All TO/DOs issued will be subject to the pricing set forth in IDIQ Pricing Tables. The rates set forth in the IDIQ Pricing Table reflect all fully-burdened direct labor hours. The fully-burdened labor rates include all direct labor and indirect costs applicable to that direct labor (such as fringe benefits, overhead, G&A), and profit. In any case, proposed rates for TOs/DOs shall not exceed the ceiling rates established in the contract. Any labor categories and rates proposed for a TO/DO that are not established in the IDIQ contract shall be incorporated within the master IDIQ contact upon approval by the USAGM Contracting Officer, prior to a TO/DO award. The USAGM will pay the Contractor a fixed price for Standard Maintenance pole replacement services that have been satisfactorily performed. The USAGM will also pay the Contractor for all itemized Non-Standard services ordered by the Government for satisfactorily completed work. Transmission line repairs shall be priced per incident based on span of repairs and reasonable time and materials (T&M) as determined by Non-Standard services for emergency pole replacement shall be priced as a fixed offset price from standard services replacement pricing. SERVICE CONTRACT ACT (SCA) AND DEPARTMENT OF LABOR WAGE DETERMINATIONS This IDIQ Contract will be subject to the Service Contract Act (SCA) and Department of labor Wage Determinations (WDs) (Federal Acquisition Regulations 22.1006, 22.1007 and 22.1008). The SCA applies to every contract entered into by the United States or the District of Columbia, the principal purpose of which is to furnish services in the United States through the use of service employees. Contractors and subcontractors performing on such Federal contracts must observe minimum wage and safety and health standards, and must maintain certain records, unless a specific exemption applies. Every service employee performing any of the Government contract work under a service contract in excess of $2,500 must be paid not less than the monetary wages, and must be furnished fringe benefits, which the Secretary of Labor has determined to be prevailing in the locality for the classification in which the employee is working or the wage rates and fringe benefits (including any accrued or prospective wage rates and fringe benefits) contained in a predecessor contractor's collective bargaining agreement. The wage rates and fringe benefits required are specified in the SCA wage determination included in the contract. If no wage determination has been made applicable to the contract, employees performing work under the contract must be paid not less than the federal minimum wage provided in section 6(a)(1) of the Fair Labor Standards Act (reference https://www.dol.gov/whd/regs/compliance/hrg.htm). All provisions of the SCA except the safety and health requirements are administered by the Wage and Hour Division. Geographical Areas Covered Under SCA The SCA applies to all work performed within the United States. For purposes of the SCA, the term "United States" includes any State, the District of Columbia, Puerto Rico, the Virgin Islands, Outer Continental Shelf lands as defined in the Outer Continental Shelf Lands Act, American Samoa, Guam, Wake Island, Johnston Island, and the Commonwealth of the Northern Mariana Islands. The SCA does not apply to work performed in any other territory under the jurisdiction of the United States or any United States base or possession within a foreign country. Also, the SCA does not apply to work performed on ships operating in international or foreign waters. If a portion of the contract services is performed within the United States and a portion is performed outside the United States, the SCA applies to the portion performed in the United States. The minimum wage rates and fringe benefits applicable to the first twelve months of the contract period are outlined in the applicable U.S. Department of Labor Wage Determinations (WDs) for Pitt County, North Carolina. (Attachment J.1) Wage determinations are available at: https://beta.sam.gov SECTION C DESCRIPTION/SPECIFICATION/STATEMENT OF WORK C.1 CONTRACT REQUIREMENTS C.1.1 Introduction (a) The Contractor will furnish equipment, tools, transportation, services, labor, and other items which may not be specifically cited that are required for Standard Services to include annual transmission line pole replacement, and Non-Standard Services to include (1) emergency replacement of transmission line poles and (2) repair to transmission line delivery systems. Work to be performed at the Edward R. Murrow Transmitting Station B-Site facility located at 3919 VOA Site B Road, Grimesland, NC (Near Blackjack, NC). (b) C.5 provides specific guidance regarding the execution and deliverables by the Contractor. C.1.2 General Requirements (a) Contractor shall use only OSHA approved equipment and observe safety procedures to ensure that contract and potentially affected employees are safeguarded at all times. Prior to any work on transmission lines, Contractor shall verify that line has been properly de-energized, grounded, and locked out. (b) All work shall be performed during normal business hours from 7:00 AM to 4:30 PM, Monday through Friday unless otherwise approved by the authorized Contracting Officer's Representative (COR) (c) The Government shall provide all materials to include: replacement poles, cross arms, hardware for cross arm refit, insulators as required, sand, and all miscellaneous hardware i.e., screws, bolts, nuts, etc. Contractor shall provide standard materials of the trade to include ropes, leveling devices, hand and power tools, grips, etc. (d) All replacement poles shall be located in the station's 'pole yard'. Contractor shall provide for all transportation and equipment to move the poles to the specific work area. (e) Contractor shall be liable for any damage to Government Furnished Equipment and/or transmission line poles and insulators that is directly attributable to contractor misuse of equipment or worker negligence during a repair activity. (f) Work shall be performed on a single transmission line only. After inspection and acceptance of all work associated with the transmission line by the station COR, subsequent transmission lines may be addressed. (g) When performing work in the antenna fields, all contractor personnel shall wear RF personal monitors. Monitors to be furnish by the Station. Contractor shall be responsible for all issued monitors and shall be liable for any damage or loss of the monitoring devices. (h) Should RF levels exceed permissible levels at the work site, contractor shall ensure that all personnel are removed from the detected areas until levels are restored to safe working conditions. (i) Prior to commencement of work activity, Contractor and COR shall discuss specific procedures related to each configuration and common practices for pole and cross arm replacement. (j) Contractor equipment shall be stored in designated areas only. Equipment shall not be stored in the antenna fields unless specifically stated by the COR. (k) Contractor shall be responsible for the removal of all waste and debris from the facility to include defective poles, wood members, replaced hardware, and other work related waste. As appropriate, Contractor may use station waste container for small item disposal. C.2 SCOPE OF WORK C.2.1 Standard Services (a) Standard services include all labor, equipment, and transportation for the replacement of wooden transmission line poles. The station maintains approximately 1800 wooden transmission line poles to provide delivery of broadcasts from the transmitter facility to the antenna structures. Traditionally, the station replaces 30 to 50 poles each year as part of a regular preventative maintenance program. (b) Contractor shall be provided a list, (see Attachment J.2 for current year list), no later than May 15th of each year during the contract period to define the specific scope required for the annual pole replacement activity. (c) Station shall mark/tag each pole identified for replacement. (d) Contractor, in conjunction with the station COR, shall coordinate a schedule for the mobilization of contractor and priority and schedule for each transmission line run. Schedule shall be coordinated to ensure that the replacement of all defective poles is accomplished by September 30th of the applicable year. (e) There are nine (9) different pole configurations employed for the transmission line delivery systems. (1) Type 1, 30 foot, Single Mast Cross Arm Type 1, 30' Single Mast Suspended Hanger (2) Type 2, 25 foot, Single Mast Crossarm Type 1, 30' Single Mast Overhead Suspension (3) Type 3, 30 foot, Single Mast Feedline Type 3, 30 Foot Pole, Feed Line (4) Type 4, 30 foot, Dual Mast Termination Line Type 4, 30 Foot Dissipation Line (5) Type 5, 30 foot, Termination Line End Pole Type 5, 30 Foot Dissipation Line End Pole (6) Type 6, 35 foot, Cross Feed Type 6, 35 Foot Pole, Cross Feed (7) Type 7, 30 foot, Turn Pole Type 7, 30 Foot Pole, Turn Pole (8) Type 8, 30 foot, Cradle Pole Type 8, 30 Foot Pole, Cradle Pole (9) Type 9, 30 foot, Brace/Tension Pole Type 9, 30 Foot Pole, Brace/Tension Pole C.2.2 Non-Standard Services Non-Standard services include all labor, equipment, and transportation for (1) the replacement of wooden transmission line poles not specifically addressed within Standard Services annual schedule and (2) repair of transmission lines and insulators that have fallen, sagged, or broken. Contractor shall be notified by telephone for all Non-Standard/emergency service requirements. Contractor shall be required to respond to the COR within 24 hours to discuss the requirement. Based on the severity and impact of the requirement, the COR and Contractor will coordinate mobilization times. Mobilization to the facility for all Non-Standard services shall NOT exceed 72 hours from the COR and Contractor initial discussion. (a) Pole Replacement Pole replacement activities addressed under non-standard services require similar work efforts as defined for standard services, however, generally call for enhanced response from the contractor and/or unplanned mobilization to fulfill repair requirements. In the event that an emergency pole replacement requirement is discovered during regular mobilization of standard services, the replacement shall be considered an amendment to the standard service requirements and replacement performed at Standard Service pricing. Station shall provide all poles. cross arms, insulators, and specialized hardware required to facilitate pole replacement activities. (b) Transmission Line Repairs Contractor shall be required to provide all labor and equipment required to repair transmission lines that have sagged or fallen due to insulator or pole failures. All transmission line repairs are subject to inspection and approval by the COR and operational verification by the transmitter plant prior to acceptance of repairs. (c) Transmission Pole Removal In the event that an unused transmission line pole breaks or falls, the station, based on the operational use of the transmission line system may elect to have the pole removed rather than replaced. Typically, pole removal shall include transmission line cleanup activities as specified in C.2.2(d) below. Contractor shall secure transmission lines to adjacent poles to prevent further transmission line failure, remove the defective pole, and backfill the vacated hole. Depending on the nature of pole failure, COR and contractor shall coordinate for best method, i.e., cutting the pole below ground level or pulling entire pole. (d) Transmission Line Removal/Cleanup In the event that an unused transmission line breaks or falls, the station, based on the operational use of the transmission line system may elect to have the transmission line affected spans removed rather than repaired. In the event that removal is elected by the station, the contractor shall secure transmission lines at appropriate points to prevent further damage to the transmission lines. Contractor will cut transmission lines at the secured points, and remove fallen span/s from the antenna field. Contractor will clean the affected area from any broken insulators, metal parts, and debris. For 50kW single lines, contractor shall dispose of all wire and associated debris, for 500kW lines, contractor shall disassemble copper tubing and messenger lines. Contractor shall cut copper tubing into lengths of no greater than 15 feet and store within a designated location as specified by the COR. Contractor shall dispose of remaining materials to include: wire, clamps, and other associated hardware and debris. Station shall provide suitable work area for the contractor personnel for the disassembly of transmission lines as required. C.3 QUALITY ASSURANCE C.3.1 Contractor Qualifications Licensed firm with minimum of five (5) years experience in: the electrical/utility trade, antenna tower and feed line construction, or other related construction activity that required use of technical and mechanical disciplines associated with line pole replacement. C.3.2 Contractor Personnel Qualifications (a) Contractor shall provide/assign a lead employee possessing a journeyman skill level with a minimum of five years experience in the disciplines associated with construction and safety principles involving elevated work. Lead employee will be on site at all times during maintenance activities. (b) All Contractor employees shall be proficient in the use of equipment and basic hand tools required in the performance of the repair activities. C.4 SAFETY AND HEALTH C.4.1 General Safety Requirements (a) The Contractor shall comply with such health, safety, fire protection and reporting requirements as may be prescribed by the COR or federal or state regulations. (b) The Contractor shall take precautions to protect all U.S. Government and utility company property from damage while performing the work. The Contractor is especially cautioned to avoid either personnel or equipment contact with overhead transmission lines, line poles, towers and tower bases, grounding or guy wires, and guy wire anchors. (c) The Contractor shall promptly report to the COR any incidents or damage to government or utility company property, no matter how slight the damage may appear, in order to judge if immediate repairs are required. (d) The Contractor shall take all steps necessary to prevent its employees from setting fires during performance of work under this contract. The Contractor shall immediately report all fires in accordance with station regulations and local laws, and shall attempt to extinguish and/or contain fires until adequate fire fighting equipment and personnel arrive. (e) The contractor shall comply with all requirements for Non-Ionizing Radio Frequency safety as specified in ANSI C.95.1-1999 and station policies and procedures relating to RF safety in the antenna fields. Contractor shall be briefed by the ARCO regarding local RF Safety Plans and areas of concern during normal operations. The IBB shall provide the Contractor with RF Personal Protection Monitors, as necessary, for use during on-site performance of work. C.4.2 Code Of Federal Regulations (CFR) - 29 CFR 1926 Construction Standards (a) Personal Protective Equipment (b) Fall Protection (c) Elevated Work Platforms (d) General Safety (e) Hand Powered Tools C.5 GOVERNMENT FURNISHED EQUIPMENT AND MATERIALS C.5.1 Materials (GFM) The Government shall provide all materials to include: replacement poles, cross arms, hardware for cross arm refit, insulators as required, sand, and all miscellaneous hardware i.e., screws, bolts, nuts, etc. C.5.2 Equipment (GFE) (a) The station makes no guarantee regarding the serviceability of equipment afforded to the contractor for use under this contract, but strives to maintain all equipment in operational condition at all times. Contractor shall be responsible to provide all driver/operator resources for all GFE equipment. All contractor personnel that will be driving Govt. vehicles shall possess a valid driver's license. (b) Contractor shall be liable for any damage to GFE that is attributable directly to contractor abuse, misuse, or negligence on behalf of the operator. (c) As required by the contractor, the Government shall make available the station GMC rigging truck for pole and transmission line replacement and repair activities. Contractor shall ensure that all operators are competent on boom, bucket, and boring operations. (d) As required by the contractor, the Government shall make available the station Ram with platform lift for pole replacement and transmission line repairs. Contractor shall ensure that all operators are competent and aware of safety operations. C.6 EXECUTION C.6.1 Pole Replacement (a) Pole Storage and Disposal The Station shall stage all new poles in a common area. Contractor shall be responsible for transport of all poles to the specific work site. Removed poles shall be moved to a centralized location as identified by the COR and subsequently removed from the facility by the contractor. (b) Preparation Prior to any pole work, Contractor shall ensure that the associated transmission line has been de-energized, grounded and locked out. Prior to pole removal, contractor shall measure and record cross arm/s heights to ensure correct replacement on new pole. Contractor shall install safeties on each adjacent pole to provided additional stress relieve for worksite cross arm assembly. (c) Pole Removal and Replacement Contractor shall remove existing pole and preserve original hole. New pole shall be inserted into existing hole and leveled. New pole shall be compacted/sunk using a minimum of 3000 lbs of downward force and backfilled and tamped with provided sand material. Cross arms shall be reinstalled to predetermined heights and secured with new hardware. Contractor shall ensure that all installed lines maintain a straight path between adjacent pole transmission line runs and that all loaded insulators are perpendicular with minimal lateral tensions. Poles shall be trimmed at top for a maximum 6" extension above the upper cross arm. (d) Cleanup And Disposal Contractor shall remove all debris from the facility or on-site container. C.6.2 Transmission Line Repairs (a) Apply safety ties on support insulators closest to problem area on both sides of problem area. (b) If line is disconnected from a termination at the antenna or at a turn pole, reconnect the line at that point. (c) Pick up the line and affix it to each cross arm end points with ropes. Starting in the center of the downed span, work each side from center dividing the remaining sections in half until the entire length of the line is suspended. (working from one end to the other will cause the dog-legs and insulators to be misaligned) (d) Replace the broken insulators making sure that the insulators hang vertical. Repair any broken joints using silver solder, solder any broken joints in the copper tubing and tubing to dog-leg connections. (e) Replace any bent or damaged equal potential clamps maintaining the original spacing. If any clamps are loose they should be removed and re-arched to ensure that when installed they make firm contact with the cable and the tubing. (f) Adjust the tubing so that it hangs straight down from the cable and has minimal waviness. Straighten the tubing as required to achieve a neat appearance. (g) Remove all rope ties before returning the line to service. (End of Section C) ALL PROSPECTIVE OFFERORS ARE ENCOURAGED TO READ AND UNDERSTAND THE ATTACHED REQUEST FOR PROPOSALS IN ITS ENTIRETY PRIOR TO RESPONDING TO THIS SOLICITATION.

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 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
99
Active Projects
60
Bidding Soon
762
All Active Projects
360
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.

Find 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.

May 22, 2024

June 24, 2024

img_map_placeholder

Multiple Locations, Grimesland, NC


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.