The RFP Database
New business relationships start here

MWR Marina CHI,Install security barriers on 13 ingress points from marina docks/piers Naval Station Newport, Newport, RI


Rhode Island, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PROJECT TITLE: Marina Security Gates
PROJECT LOCATION: MWR Marina CHI, Naval Station Newport, Newport, RI
PART I - PROJECT SCOPE AND GENERAL INFORMATION:
1.1 GENERAL INTENTION: It is the declared and acknowledged intention and meaning to provide
security gates with cypher locks at all gangways at the CHI Marina.
1.2 GENERAL DESCRIPTION: Provide all labor, materials, transportation, equipment, supplies
and supervision as required for a new, complete and usable, security gates with cypher locks at all
gangways at the CHI Marina of specifications indicated on the associated drawing, for the
purpose of security initiative to discourage unauthorized access..
1.3 LOCATION: The work shall be located at MWR Marina CHI.
1.4 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK: The contractor shall
commence work under the contract within 15 Calendar days after the date of contract award.
The
contractor shall complete the entire work, ready for use, within 120 calendar days. The time
stated for completion shall include final clean-up of the premises. The contractor shall set up a
meeting with the contracting officer or representative prior to the start of work. The Contractor
shall schedule his work no less than 48 hours in advance with the Contracting Officer.
1.5 PARTIAL PAYMENT: Partial payment for work accomplished under this contract will not be
made. Payment will only be made when work is 100 percent complete and accepted by the
Government.
1.6 OSHA/EPA REGULATIONS: During performance of all work under this contract, the
Contractor shall strictly adhere to regulations of the Environmental Protection Agency (EPA) and
the Occupational Safety and Health Agency (OSHA NFPA 70), as well as all applicable State and
Local requirements, Newport NAVSTA regulations, and the Army Corps of Engineers Safety
and Health Requirements Manual EM-385.
1.7 DRAWINGS ACCOMPANYING SPECIFICATIONS:
a.
Drawing Reference b Site Plan Dock Security Gates.
1.8 EXAMINATION OF THE PREMISES: Bidders are expected to visit the site of work to make a
survey of the conditions to be encountered which may affect the cost of the performance of the
work. Failure to familiarize with the conditions shall not relieve the contractor from the
responsibility for full completion of the work. The contractor is required to contact the FEAD
Office at 401-841-7624 prior to commencement and upon completion of work. Work shall be
performed during normal hours Monday through Friday 0700-1530 excluding federal holidays.
Work performed outside of normal hours requires the approval of the contracting officerbs
representative.
Submit requests for approval a minimum of 5 working days in advance. Utility
outages shall be performed during off hours unless directed otherwise.
PART II - TECHNICAL REQUIREMENTS:
2.1 DETAILED REQUIREMENTS:
Provide all labor, materials, transportation, equipment, supplies and supervision as required for a
new, complete and usable, security gates with cypher locks at all gangways at the CHI Marina, of
specifications indicated on the associated drawing, for the purpose security initiative to
discourage unauthorized access. Perform the work described as shown on attached plans and
specifications.
Install double-leaf security vehicle gate and one security pedestrian gate, cypher locks, wings, and
extended fencing as necessary to prohibit access from the water side onto the base at the boat
ramp and adjacent dock located at the southwest corner of the marina.
The doors should open
onto the pier from the shore by emergency panic bar style hardware, and require the use of a
coded cypher lock to exit the pier onto the shore. The cypher locks should be able to be
individually reprogrammed on a regular basis to ensure security is maintained. Hardware should
be designed to withstand continued exposure to a salt water front environment All structural
connections shall be at the ramp, dock, and grass area; do not disturb the wharf or bulkhead. All
work shall be done in accordance with the contract drawing. The contractor will be responsible
to contact dig safe and hire an independent utility locating service prior to beginning this project.
Install security pedestrian gates, cypher locks, and wings as necessary to prohibit access from the
water side onto the base at each of twelve pedestrian gangways.
The doors should open onto the
pier from the shore by emergency panic bar style hardware, and require the use of a coded cypher
lock to exit the pier onto the shore. The cypher locks should be able to be individually
reprogrammed on a regular basis to ensure security is maintained. Hardware should be designed
to withstand continued exposure to a salt water front environment. All structural connections
shall be made at the existing railings of the gangways. Do not disturb the wharf or bulkhead.
Nine of the gangways are located along the east edge of the wharf along Perry Road; three of the
gangways are located along the north edge of the grass area adjacent to the parking lot.
The security pedestrian gates and wings shall be Anodized aluminum and factory welded.
All
mechanical field connection shall be made with stainless steel hardware.
Legend for Site Plan, measurements are for bidding purposes, the contract shall filed verify all
measure and connection methods prior to manufacturing.
Dock Width of gangway Hand Rail material
1) 48b Aluminum tubing
2) 28.5b * Nylon Rope
3) 54b Aluminum Channel
4) 34.5b Aluminum tubing
5) 34.5b Aluminum tubing
6) 34.5b Aluminum tubing
7) 54b Aluminum tubing
8) 34.5b Aluminum tubing
9) 41b Aluminum tubing
10) 26bx27b Not applicable
11) 49b * wood 2x4
12) 49b * wood 2x4
13) 60b Aluminum tubing
* Hand railings material offers no structural support to attach the security pedestrian gate.
Contractor shall acknowledge that Marina will remain open and operational during the duration
of this project.
Tools and materials shall not be left in the paths of exit/entry at any time, and the
work area shall be cleaned at the end of each work day.
Submit all required materials to Officer in Charge prior to commencement of work for approval.
Contractor shall adhere to the guidelines of attached soil management plan.
Restore excavated areas to original condition.
PART III b SUPPLEMENTAL REQUIREMENTS:
3.1 REFERENCES:
All work shall comply with Unified Facilities Criteria (UFC) 1-200-01, GENERAL BUILDING
REQUIREMENTS. (2013) International Plumbing Code. ASME international code. American
society of sanitary engineering (ASSE). AWWA 10084 (2005) Standard methods for the
examination of water and waste water.
3.2 SECURITY AND IDENTIFICATION BADGING:
All contractor employees and sub-contractors on the job site must be U.S.
citizens. A list of
individuals requiring access to the job site will be provided to NAVSTA Newport, RI.
prior to the start of the installation.
Obtain access to the installation by participating in the Navy Commercial Access Control System
(NCACS) or by obtaining passes each day from the Base Pass and Identification Office. Costs for
obtaining passes through the NCACS are the responsibility of the Contractor. One-day passes,
issued through the Base Pass and Identification Office will be furnished without charge. Furnish a
completed EMPLOYMENT ELIGIBILITY VERIFICATION (DHS FORM I-9) form for all
personnel requesting badges. This form is available at http://www.uscis.gov/portal/site/uscis by
searching or selecting Employment Verification (Form I-9).
Contractor shall immediately report
instances of lost or stolen badges to the Contracting Officer.
a. NCACS Program: NCACS is a voluntary program in which Contractor personnel who
enroll, and are approved, are subsequently granted access to the installation for a period
up to one year, or the length of the contract, whichever is less, and are not required to
obtain a new pass from the Base Pass and Identification Office for each visit. The
Government performs background screening and credentialing. Throughout the year the
Contractor employee must continue to meet background screening standards. Periodic
background screenings are conducted to verify continued NCACS participation and
installation access privileges.
Under the NCACS program, no commercial vehicle
inspection is required, other than for Random Anti-Terrorism Measures (RAM) or in the
case of an elevation of Force Protection Conditions (FPCON). Information on costs and
requirements to participate and enroll in NCACS is available at
http://www.rapidgate.com/vendors/how-to-enroll or by calling 1-877-727-4342.
Contractors should be aware that the costs incurred to obtain NCACS credentials, or costs
related to any means of access to a Navy Installation, are not reimbursable. Any time
invested, or price(s) paid, for obtaining NCACS credentials will not be compensated in
any way or approved as a direct cost of any contract with the Department of the Navy.
b.
One-Day Passes: Participation in the NCACS is not mandatory, and if the Contractor
chooses to not participate, the Contractors personnel will have to obtain daily passes, be
subject to daily mandatory vehicle inspection, and will have limited access to the
installation. The Government will not be responsible for any cost or lost time associated
with obtaining daily passes or added vehicle inspections incurred by non-participants in
the NCACS.
3.3 SHOP DRAWING AND SUBMITTAL:
a. Prior to starting work, the contractor shall provide a minimum of 2 copies of all
submittals for approval purposes for all materials to be used on this project (project
specifications may require the provision of additional submittal copies).
Partial
submittals will not be acceptable and will be returned without review. Submittals shall
be from the manufacturer and complete with manufacturers name, catalog number,
specifications, and any other information necessary to approve the materials. Material
Safety Data Sheets (MSDS) shall be submitted along with product data for any
potentially hazardous materials such as paints, adhesives, sealants, cleaners, gypsum
board compound, flux materials, etc. Use low VOC materials wherever possible. No
hazardous materials shall be brought on to government property without approved
MSDS. The contractor shall maintain a copy of all MSDS at the job site at all times.
b. Submit shop drawings and calculations for review and approval.
Submittals shall include
the following:
o7 Shop drawings of the security gates for the gangways
o7 Submittal of the cypher locks, with the noted use in a Marine environment.
c. Accident Prevention Plan (APP) at least 10 days in advance of starting work, following
Appendix A of EM-385-1-1. The plan shall incorporate all aspects of the project and
additionally include the items mentioned below, as appropriate. Work may not begin
until approval of the APP.
d. Traffic control plan when any operation may interrupt or interfere with normal traffic in
the area. Plan shall meet the requirements of EM-385-1-1.
e. Safety plan
f. Environmental Protection Plan
g. Product information for all material to be used.
h.
Schedule
i. Schedule of Values
j. Warranties
3.4 SAFETY REQUIREMENTS:
a. The contractor shall be required to follow all federal occupational safety and health
regulations (OSHA), EM 385-1-1, as well as all applicable state and local requirement.
3.5 GENERAL REQUIREMENTS:
a. Before beginning any excavation, contractor will follow National and Navy Dig Safe
requirements. Navy Dig Safe POC, Fran Furtado (401) 841-1355.
b. Extreme care shall be exercised to avoid damaging government or personal property,
damaged or destroyed objects will be repaired or replaced, at the contracting officersb
approval at no expense to the government.
c. Any road closures will be coordinated through the Navy road closure process set forth by
the NAVFAC Newport Facilities Engineering and Acquisition Division.
d.
In accordance with the EM-385-1-1, contractor will be responsible for submitting an
Accident Prevention Plan (APP) to the contracting officer or representative before the
start of work.
e. The contractor shall be responsible for proper disposal of all items to be removed from
government property, and clean up all dust and debris generated at the construction sites
on a daily basis. For specific direction, contact Naval Station Newportbs environmental
division at (401) 841-7561. The contractor shall comply with NAVSTA waste recycling
and green procurement policies.
f. During the performance of this contract, contractor shall strictly adhere to environmental
protection agency regulations (EPA), the federal occupational safety and health
regulations (OSHA), EM 385-1-1, as well as all applicable state and local requirements.
g.
Contractor parking is available on site.
h. Contractor to provide preferred space for lay down area for Government approval.
i. Soil and sediment erosion controls are necessary unless excess soil is to be piled. The
contractor must follow NAVSTA NWPT soil management plan.
j. For exterior work, or work which involves closing a buildingbs entrance, the contractor
shall install and maintain temporary chain link construction fencing set into moveable
concrete blocks, meeting the requirements of EM-385-1-1, around the entire work area
unless otherwise indicated. Fencing shall be installed to prevent unauthorized personnel
from entering the work zone or any unsafe area. The fence shall be equipped with
signage as required by EM-385-1-1.
Provide gates where necessary for access by
emergency personnel or to allow personnel to escape during an emergency. Temporary
chain link fencing shall remain in place and maintained for the duration of the project.
k. The contractor shall take necessary precautions to ensure any roof or other building
opening exposed to the weather are monitored and protected. Take immediate actions
necessary to seal off such openings when rain or other detrimental weather is imminent,
and at the end of each workday. Ensure that the openings are completely sealed off to
protect materials and equipment in the building from damage.
l. When a warning of gale force winds is issued, take precautions to minimize danger to
persons, and protect the work and nearby Government property.
Precautions shall
include, but are not limited to, closing openings; removing or securing loose materials,
tools and equipment from exposed locations; and removing or securing scaffolding and
other temporary work. Close openings in the work when storms of lesser intensity pose a
threat to the work or any nearby Government property. During severe weather the
contractor will be required to take any additional actions as required by the contracting
officer or representative. Any work required to protect against inclement weather or high
winds shall be at the contractorbs expense.
m. Hazardous Substances. When any hazardous substances are procured, used, stored or
disposed, a hazard communication program must be in effect and MSDSs shall be
available at the worksite.
Employees shall have received training in hazardous substances
being used. When the eyes or body of any person may be exposed to corrosives, irritants
or toxic chemicals, suitable facilities for quick drenching or flushing of the eyes and body
shall be provided within 10 seconds of the worksite.
n. Traffic control shall be accomplished in accordance with DOTbs MUTCD.
o. Control of Hazardous Energy (Lockout/Tagout). Before an employee performs any
servicing or maintenance on any equipment where the unexpected energizing or startup
of the equipment could occur, procedures must be in place to ensure adequate control of
this energy.
p. Driving, working on (i.e., working with equipment/mowers) while on slopes, working
from/in boats/skiffs, etc shall also be considered and dealt with accordingly.
q.
Fall Protection b full text as required by the EM385-1-1.

Santo Calvo 4018412395

santo.calvo@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP