The RFP Database
New business relationships start here

Window Screen Replacement


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

GENERAL REQUIREMENTS: The contractor shall provide all labor, materials, and equipment, required to replace all of the window screens at both classroom buildings # 251 and 252. There are 56 screens at each building. (Total of 112) Approximate size is 19"x42" located at Coast Guard TRACEN at 1 Munro Ave. Cape May, NJ 08204.

2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance, the Contractor shall commence work NLT Thirty (30) days after notice to proceed, and work diligently to complete the entire project to be ready for use NLT thirty (30) working days after contract award.


3. SCOPE OF WORK:


1) Remove existing qty of 112 screens and frames from windows. 56 at 251 and 56 at 252
2) Dispose of all old screens.
3) Fabricate new screens and frames. Frames to be aluminum with fiberglass screen material. Screen material to match existing. Color of frame to be bronze.
4) Each new screen shall have two tension springs and two pull tabs.
5) Clear out and clean each window screen pocket area, so new screen will slide in properly.
6) Contractor shall verify all screens for accurate dimensions before fabrication.
7) Install all new screens in both buildings.
8) Contractor shall take measures to ensure Coast Guard property is protected and remain secure in work area.
9) All areas must be restored to pre-install condition.
10) The contract shall work with the QAE for classroom access to work around recruit training schedule individual classroom occupation.


4. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Jerry Hatch at (609) 898-6914.


5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated Contracting Officer's QAE representative and Point of Contact for their project is Jerry Hatch at (609) 898-6914. Inquiries concerning any phase of the specification before or after award shall be made to Mark Blaesi (at) mark.a.blaesi@uscg.mil.


6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents.


7. AFTER AWARD OF THE CONTRACT: The Contractor must immediately notify the Contracting Officer's QAE representative of their intended start date. The work shall be done in accordance with the specification.


7.1. The Contractor shall consider items in BOLD as having mandatory due dates. Items in italics are deliverables or events that must be reviewed and/or approved by the QAE prior to proceeding to next deliverable or event in this SOW.
Item SOW Reference Deliverable/ Event Due By Distribution
1 After Award of The Contract (7) Post Award Conference (optional at discretion of government) Within 5 days of award QAE/ Contracting Officer/Contractor
2 Scope (3) Materials lead time Within 7 days of award QAE
3 Scope (3) Anticipated Work Schedule Within 2 days of award QAE
4 Worker List See section 14 5 days prior to work commencing QAE


5 Commence Work See section 2 Within 30 days of award QAE
6 Complete Work See section 2 Within 30 days of award QAE


8. ORAL MODIFICATION: No oral statement of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of the contract.


9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer.


10. PERMITS: The Contractor shall without additional expense to the Government, obtain all appointments, licenses, and permits required for the prosecution of the work. The Contractor shall comply with all applicable federal, state, and local laws.


11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner.


12. WORK OUTSIDE REGULAR HOURS of (0730 to 1600 Mon-Fri): If the Contractor desires to carry on work on Saturday, Sunday, holidays, or outside the unit's regular hours, a written request must be submitted to the Contracting Officer's QAE Representative for approval consideration. The Contractor shall allow ample time to enable satisfactory arrangements to be made by the Government for inspecting the work in progress.


13. UPON COMPLETION OF WORK: Contact the Contracting Officer's QAE Representative to arrange for inspection/acceptance of work.


14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The Contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address, and last four (4) of SSN. The TRACEN Cape May Security Officer will be given a copy of the employee list and grant access for entry. Each Contractor provided vehicle or towed trailer shall show the Contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on Government property shall be maintained in a good state of repair.


15. SAFETY REQUIREMENTS:
1. Responsibilities:
a. All Contractors working on TRACEN Cape May shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Safety Officer prior to starting work.
b. Written notification must be provided to the TRACEN Cape May Safety Officer, Jonathan Trainor (at) (609) 898-6950 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that change or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: A fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the unit, and blocking of any egress routes or emergency vehicle routes. Inclusion of their information in the contract constitutes written notification as long as the outsource review sheet is signed by Safety Officer.
c. Copies of the following must be provided to the Safety Officer prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work.
d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a Contractor on TRACEN Cape May. A Facilities Division representative is required for all Contractor Lock Out/Tag Out needs and shall be coordinated by the Safety Officer listed above.
2. Rights:
a. Every employee working on TRACEN Cape May has the right to a safe and healthy work place. The Contractor has the responsibility and right to stop unsafe work. QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations.


16. ENVIRONMENTAL PROTECTION REQUIREMENTS:
a. All Contractors working on TRACEN Cape May shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist Chris Hajduk (at) (609) 898-6889, prior to starting work and must be in accordance with the Unit Environmental Guide.
b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on TRACEN Cape May Some examples of qualifying activities are: any activity that could result in a spill, discharge into a waterway, or introducing a hazardous material into the environment.
c. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent.
d. Hazardous materials used by a Contractor are required to be disposed of by that Contractor. Disposal must be in accordance with federal, state, and local guidelines.
#


Mark A Blaesi, Email mark.a.blaesi@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP