United States - Replace Auditorium Flooring BLDG 1005

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
14 August 2019
Opportunity publication date
31 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 30, 2019 11:35 am

 
Replace Auditorium Flooring in B-1005

•1.0 INTRODUCTION
 
This Statement of Work (SOW) defines the task of a construction and/or engineering activity at Tooele Army Depot (TEAD). This SOW is tailored to identify specific requirements. The Government intends to award on a Firm Fixed Price Contract vehicle.
 
If applicable, all design services furnished shall be performed under the direct supervision of a licensed Professional Engineer or Architect. The Contractor, through its designer, is responsible for the accuracy, adequacy, timeliness and professionalism of the design solutions, the design documents. The Contractor shall ensure design solutions meet the requirements of the contract documents.
 
Requirements include efficient project management including accurate, on-time submittals of contract deliverables and timely identification and solution of impediments to successful project execution. Technical requirements include early involvement in the process to allow for the development of the most cost-effective and technically sound solution. TEAD will rely on the Contractor's expertise in recognizing and addressing problematic issues and successful execution of this SOW.  The Contractor shall perform all work in accordance with Federal, State, and Local Statutes and Regulations.
 
•2.0 PROJECT DESCRIPTION
 
The scope of this project consists of providing all labor, equipment, design, and materials to perform the following requirements to replace the flooring at Building 1005 auditorium and refurbish the existing oak trim and doors: 
•1.    Demolish the existing parquet flooring on the north side of the room
•2.    Demolish the existing carpet on the south side of the room
•3.    Prep the floors by removing all the carpet and wood adhesive from the concrete floor.
•4.    Install glue down, commercial grade, luxury vinyl plank (LVP) flooring.
•5.    Repair, sand, and prep all doors in the auditorium for staining.
•6.    Repair, sand, and prep all wood on the stage surround and the stair risers for staining.
•7.    Stain all doors in the auditorium.
•8.    Stain all the wood around the stage surround and the step risers.
 
•2.1 Background/Existing Conditions
Building 1005 (Eagle's Nest) is TEAD's social club, restaurant, and training center that caters to weddings and social events. (See Figure 1, Appendix A for project location).  The auditorium is approximately 2,100 sq ft.  The north end has a stage and a hardwood parquet floor and the south end has carpeting. There are 8 natural oak stained doors inside and at the entrance of the auditorium.  The stage surround and stage step risers are also stained natural oak and are approximately 250 sq ft.  The auditorium has recently been remodeled to include new lighting, ceiling, wall paint and new base and wall trim. See Figures 4-9, Appendix A.
 
Due to the active nature of this social hall, all work must be started and completed within the following schedule. All work must be completed within one of the following windows:
 
October 15, 2019 through November 22, 2019.
 
Or
 
December 16, 2019 through January 31, 2020.
 
•2.2 Technical Requirements
The contractor shall take necessary precautions to avoid damage to existing items to remain in place, to be reused, or to remain the property of the Government. Repair or replace damaged items as approved by the Contracting Officer. Repairs, reinforcement, or structural replacement require approval by the Contracting Officer prior to performing such work. 
 
The contractor shall be responsible to field verify all dimensions and thoroughly become familiarized with the existing conditions prior to submission of bid.
 
All work shall be done in a good workmanship manner and by skilled painters and LVP flooring installers. All surfaces to be stained shall be sanded smooth and thoroughly cleaned of foreign material before proceeding.  All holes and cracks shall be patched and filled and sanded smooth.
 
Prior to surface preparation and staining applications, remove, mask or otherwise protect, hardware, hardware accessories, fixtures, existing flooring and other such items that are not to be treated and are in contact with surfaces to be stained.  
 
Remove dirt, splinters, loose particles, grease, oil and other foreign matter and substances that could affect the product performance before application of stain and flooring adhesive.  Comply with the application instructions of the material manufacturer.
 
Interior wood surfaces to receive stain shall be sanded and prepped. Oak and other open-grain wood that requires wood filler for repair, shall be applied as per the manufacturer's instructions and allowed the proper cure time before application of stain. Excess filler shall be removed and the surface sanded smooth.
 
•2.2.1     FLOORING DEMOLITION AND STAIN PREPARATION
(The contractor shall perform the following unless otherwise noted):
•1.    Remove all of the wood parquet flooring that is located on the north end of the auditorium.  Take special care when removing the wood flooring around and from under the existing baseboard.  Baseboard shall not be disturbed. Contractor shall be responsible for repairing any damage to existing baseboard. See Figure 4, Appendix A.
 
•2.    Remove all the existing carpet that is located on the south end of the auditorium.  Take special care when removing the carpet around and from under the existing baseboard. Baseboard shall not be disturbed.  Contractor shall be responsible for repairing any damage to existing baseboard. The carpet shall be removed up to the doorway of both storage rooms on the south end, inside of the closet, and to the entrance to the hallway. New flooring will not be installed inside of the storage rooms on the south end of the auditorium. See Figure 5 in Appendix A. 
 
•3.    Remove all the wood floor and carpet adhesive from the existing floor and prep floor per the manufacturer's instructions of the new LVP flooring.
 
•4.    Place protective covering over carpeted areas on the stage and stage steps.
 
•5.    Remove the auditorium entry, closet, storage and AV room doors. Remove all door hardware, repair any damage to the doors by using a wood filler per the manufacturer's instructions. Sand and prep doors and closet door trim for staining. See Figures 6-8 in Appendix A.
 
•6.    Place protective sheeting over the two auditorium entrances to prevent any dust and debris from entering the hallway or dining area of Building 1005.
 
•7.    Polish and restore all brass hardware that is originally installed on the entry doors (kick plates, handles and push plates)
 
•8.    Repair any damage to the stage surround and step risers by using a wood filler per the manufacturer's instructions.  Sand and prep the surround molding around the stage and the step risers for staining. See Figure 9, Appendix A.
 
•2.2.2     FLOORING INSTALLATION AND WOOD STAINING
(The contractor shall perform the following unless otherwise noted. LVP flooring color/type and stain color/type shall be submitted and approved before installation).
 
•1.    Stain the four auditorium entry doors, the stain color on the exterior of the doors (hallway side) shall be a natural oak stain, matching the color of existing hallway doors leading into the dining area. Stain the auditorium side of the entry door a gray semitransparent stain.  The stain shall be a water based semitransparent gray stain that enhances the wood without hiding the wood grain. Submit samples to the Government for selection and approval. Stain both sides of closet doors, closet door trim, the storage and AV room doors the same gray color as auditorium side of the entry door.
 
•2.    Stain the stage stair risers, wood on each side and above of the stage. Stain shall be a water based semitransparent gray stain that enhances the wood without hiding the wood grain (same as doors). Submit samples to the Government for selection and approval. Protect the walls, trim and ceiling during the staining process.  The Contractor shall be responsible for repairing any damage to existing walls, trim and ceiling.
 
•3.    Install commercial grade luxury vinyl plank (LVP) flooring in the auditorium. The LVP flooring shall end at the entrance doors threshold of the auditorium and at the threshold of the storage and AV rooms.  A transition strip that matches the flooring shall be installed at each door threshold when a change in flooring occurs.  The LVP flooring shall be a minimum of 48 inches long x 7 ½ inches wide x ¼ inches thick with a minimum protective wear layer of 20 mil.  The LVP shall be a glue down type, grey tone wood grain style, commercial grade, designed for high traffic areas.
 
•4.    The LVP shall be installed so the edge is placed under the existing baseboard and door frames. The contractor shall be responsible for repairing any damage to existing baseboard. 
 
•5.    Install transition strips that match the flooring color from the LVP flooring to the carpet in the two entry ways, AV room and storage room. Transition strips shall be placed to the closet side of the threshold and so that when the door is closed they are not visible from the auditorium.
 
 
•6.      Reinstall the storage and AV room doors, install new passage door knobs on both doors.  Reinstall the closet, entry doors and refurbished entry door hardware.      
 
•2.3 SUBMITTALS
All materials and supplies to be used on this contract shall be submitted for approval prior to the beginning of the contract and after award has been made.  Two sets of each requested submittal hard copy shall be provided or one electronic copy. Unless specified otherwise, all submittals (required prior to commencing construction) shall be provided within 21 days of the, Notice to Proceed (NTP) date BEFORE ANY MATERIALS OR EQUIPMENT ARE PURCHASED. All other submittals are required before project closeout. The Contractor shall send all submittals to the Contracting Officer and the COR for approval. All submittals will be reviewed, approved or annotated with reasons for not being approved and returned to the Contractor within 14 days. The contractor shall resubmit all items not approved, within 14 days after receiving an annotated copy of his submittal package from the Contracting Officer. Re-submittals will be returned to the Contractor within 14 days after being received by the Contracting Officer. Submittals for material approval shall include standard catalog cuts, product descriptions, highlighted specification sheets, brochures, installation instructions and certificates of compliance.   Submittals shall provide sufficient information to establish that the material meets all the requirement of these technical conditions.
 
The following submittals are required prior to commencing construction
Work Schedules:  After negotiations are complete, a finalized work schedule will be provided to the Government.  The work schedule shall identify major milestones in the project, and percent completion at each milestone.  After work schedule is submitted the MWR office and the COR will make final approval of work schedules/timelines before construction starts. Once construction commences, project shall be completed no later than 30 days.
 
Submit manufactures printed data including proposed species, grade, finish and color as applicable.  Provide samples of sufficient size to show pattern and color ranges for luxury vinyl flooring and all stain products. 
 
•A.   Commercial LVP Flooring
•B.   Transition trim
•C.   Wood stain (Color swatches and stain type)
 
•2.4   Worksite Cleanup and Employee Safety
The Contractor shall ensure that the worksite is cleaned-up daily prior to leaving the site. Protective measures shall be taken by the Contractor to protect the buildings from being damaged during the entire construction process.
 
The dumpster placement locations of Government supplied dumpsters are limited. The Contractor shall work with the COR for best practice of placement. The Contractor shall ensure that ALL debris goes into the dumpsters. The Contractor shall provide tarps and/or other materials to capture all debris, with NO debris around the perimeter of the buildings associated with this project. Any damage to the facilities by the Contractor shall be repaired by the Contractor at no additional expense to the Government.
 
The process of removing materials, installing new material, making repairs, and all other work on this project shall not impede the ability of the facility in performing all daily work procedures. The Contractor shall not block any doors at any time during the entire construction process. In the event that such circumstances should occur, the Contractor shall notify the COR. The COR will work with building managers to accommodate the Contractor, to the best of their capability, without sacrificing TEADs employees safety or mission.
 
•2.5 Asbestos Containing Materials
The Contractor shall insure the safe handling and disposal of any asbestos containing materials and maintain that any asbestos related work practices are in accordance with all OSHA, Utah Administrative Code (Rule R307-801. Utah Asbestos Rule), and Utah State Division of Air Qualities rules and regulations.
 
An asbestos licensed abatement supervisor who has been certified under, Utah Administrative Code R307-801-6, shall be on-site during asbestos removal/repair project; setup, asbestos removal, stripping, cleaning and dismantling of the project, and other handling of un-containerized regulated asbestos-containing material (RACM). Any other persons performing the asbestos abatement/renovation project shall follow the work practices in Utah Administrative Code R307-801-13.
 
•3.0 APPLICABLE DOCUMENTS
 
The Contractor shall identify and comply with all applicable Federal, State, and Local Statutes. A partial list is presented at the end of this document. It is the Contractor's fundamental responsibility to identify and comply with all mandatory Federal and applicable DoD and Army requirements whether or not listed specifically in this document.
 
 
•4.0 GOVERNMENT-FURNISHED INFORMATION, EQUIPMENT, AND PROPERTY (GFI, GFE, GFP)
 
The Government shall provide dumpsters for regular construction debris and recyclable dumpsters for metal debris. All waste shall be evaluated in accordance with 40 CFR 261. If waste is found to be hazardous, it will be handled in accordance with TEAD Hazardous Waste Management Plans found on the TEAD Environmental Management System (EMS). All scrap metal (non-hazardous waste or recyclable material) shall be disposed of by placing in the appropriate Government supplied scrap metal recycle bin. Other items that may be recycled is discussed in the Salvage & Recycling section of this document.
 
A location for outdoor storage of materials shall be provided by the Government, however the Contractor is responsible to ensure items are locked up to prevent theft and Contractor is responsible for any items left unattended.
•5.0 MANAGEMENT, PLANNING, AND REPORTING REQUIREMENTS
 
The Contractor shall implement the range of construction and engineering activities specified in this SOW and in accordance with all applicable compliance documents. The Contractor shall supply all labor, equipment, and materials necessary to accomplish the work assigned unless otherwise specified in this SOW. The Contractor shall perform management and planning functions, including performance measurement and fund status reporting, throughout the course of this effort.
 
•5.1 Schedule
The Contractor shall maintain a detailed working schedule that facilitates the management of the project work and provides the capability for early identification of potential schedule impacts. The schedule shall include negotiated baseline dates and current schedule projections. The current schedule shall be maintained and updated at least monthly to accurately reflect program progress and provide realistic forecast projections. The Contractor shall provide schedule updates at either a detailed level or a summary level as requested by the Contracting Officer (PCO) or Project Manager (PM)/COR. Additionally, schedule updates that reflect actual schedule progress shall be submitted on a form approved by the COR. Specific schedule and report requirements will be identified in each CLIN.
 
All work shall be in compliance with this SOW document, and the Drawings. The Drawings and SOW for this project have been prepared to supplement each other and shall be interpreted as an integral unit with the items shown on one and not the other being furnished and installed as though shown and called out in both.
 
During the course of this project, the Contractor is cautioned to take no guidance from any source other than the Contracting Officer (PCO) or the Contracting Officer Representative (COR). The Contractor shall immediately notify the PCO and the COR of any such requests.
 
Work accomplished on this contract shall meet the National Electric Code (NEC), Uniform Building Code (UBC), National Fire Protection Association (NFPA), and Unified Facilities Criteria (UFC) requirements.
 
Work Site Availability: TEAD Hours of Operation are available in the Local Specifications in section I, "Clauses".
 
•5.2 Meeting and Conference Requirements
The Contractor may perform a site visit and shall attend a pre-performance conference, preconstruction conference, and/or other meetings necessary to support construction activities. The Contractor also shall attend and support meetings and teleconferences to discuss technical or regulatory issues and project progress and status. The Contractor shall prepare, and submit for review, presentation materials and minutes for meetings and an agenda.
 
•5.3 Contractor Documentation
The Contractor shall create and maintain a Master Document List and/or Submittal Register; including all documents, whether the document is a deliverable or not, which are prepared during the course of this SOW. The Master Document List and its documents shall be maintained in libraries readily available for submittal to the Government.
 
•5.4 Notification Requirements
The Contractor is required to notify the PCO and the PM/COR of critical issues that may affect the contract performance and/or human health and the environment. The types of issues that require notification include, but are not limited to, health risks, spills, changes in critical personnel, and finding unexploded ordnance (UXO). As an example, if UXO were discovered during field activities, the Contractor must immediately stop work, report the discovery to each of the following - the facility Point of Contact (POC), PCO and the PM/COR. The Contractor must implement appropriate safety precautions. Field activities shall not continue until clearance is received from the PCO. On critical issues, verbal notification should be made immediately, followed by written notification as soon as practical.
 
•5.5 Permits
The Contractor shall develop, coordinate, and assist in applying for and obtaining all, Federal, State, Local, and other applicable permits, access (including off-base easements and leases), agreements, licenses, and certifications required to perform and complete this SOW. The Contractor shall maintain a library of these documents at the Contractor's site office on base as well as the corporate facility handling each SOW. The Contractor shall comply with all applicable permit conditions.
 
•5.5.1     Excavation permit
A signed TEAD excavation permit is required before any excavation/trenching/boring work is performed. The permit form can be obtained from the COR. The crew doing the excavation must have a copy of the permit on hand at the time of work being performed. Attendance to an Unexploded Ordinance (UXO) training class is required for all individuals performing excavation work prior to excavation work commencing.
 
•5.5.2     Welding, Cutting, and Heat Producing Equipment permit
A Match, Flame, and Heat Producing Permit, Form number, TEAD-R 420-1, shall be obtained from the COR. The Contractor shall complete the form and include name(s) of workers and sub-Contractors (if any). The Contractor's supervisor shall sign the form and obtain approval (assisted by the COR) from: the Safety Office, the Fire, and Emergency Services Division, and, if work is within the Ammunition Area, the Chief of Surveillance Division. No welding or cutting will be allowed without the following;
 
•·         A daily hot work permit, DA Form 5383-R obtained from the Fire Department, extension 2015
•·         A fire watch
•·         A combustible free area
•·         A minimum 10 lb., class ABC, Multi-purpose Dry Chemical fire extinguisher
•·         All personnel on the job site must understand how to operate the extinguisher
 
•5.5.3     Electrical Work permit
A seven-day advance written notification is required on all outages and shall be scheduled for the convenience of the Government. Energized Electrical work SHALL NOT be performed.
 
•6.0 ENVIRONMENTAL
 
•6.1 Dust permits
Per Utah Division of Air Quality:
 
Any source that is 1/4 acre or greater in size, that has potential to generate fugitive dust, is required to submit a Fugitive Dust Control Plan (FDCP).
 
The FDCP is required to help sources minimize the amount of fugitive dust generated on site.
 
"Fugitive dust is particles of soil, ash, coal, minerals, etc., which becomes airborne because of wind or mechanical disturbance. Fugitive dust can be generated from natural causes such as wind or from manmade causes such as unpaved haul roads and operational areas, storage, hauling and handling of aggregate materials, construction activities and demolition activities."
 
Site:http://www.deq.utah.gov/Compliance/compliance/air/stationarysource/dustcontrol.htm
 
The Contractor shall maintain a library of these documents at the Contractor's site office as well as the corporate facility handling each SOW.  The Contractor shall comply with all applicable permit conditions.
 
•6.2 Salvage & Recycling
Tooele Army Depot's goal is to divert at least 60% (by weight) of construction and demolition (C&D) material from the landfill by recycling materials that can be REASONABLY recycled in the Local area. This may include metals, wood, concrete, CMU, milled asphalt, rock, etc.
 
•·         Metal: including steel, aluminum, brass, etc shall be placed in TEAD provided recycle dumpsters. These dumpsters will be weighed and transported by others.
•·         Concrete, CMU, milled asphalt, rock, wood: These items shall be placed in Contractor provided containers and weighed on the Depot scale before off-site removal and transport. These must be free of asbestos or other hazardous materials. Reinforcing bar and mesh do not require removal.
 
•6.3 Hazardous materials present (e.g. asbestos, PCBs, lead-based paint
The Contractor is cautioned that materials in and around this project may contain asbestos or be coated with Lead-Based Paint (LBP).  The government will make every effort to locate and identify and remove all Asbestos Containing Materials (ACM) and LBP prior to bidding; however, this is not always possible.  These materials are often hidden and cannot be discovered until after demolition has begun.  The failure of the government to identify all ACM and LBP in no way relieves the Contractor from his legal obligation to comply with state and federal regulations regarding the handling of asbestos, lead, or LBP.
 
•6.4 Geotechnical issues (e.g. contaminated soil, ground water, etc.)
It is not anticipated that this project will affect geotechnical issues.
 
•6.5 Historical Preservation
It is not anticipated that this project will affect historical preservation.
 
•6.6 Air Emissions Permits
It is not anticipated that this project will generate air emission issues.
 
 
•7.0 SITE WORK
 
The Contractor shall coordinate work site activities to ensure the protection of human health and the environment; the prevention of damage to property, utilities, materials, supplies, and equipment; and the avoidance of work interruptions. The Contractor shall perform site work required under this SOW in compliance with the following.
 
•7.1 Conservation
Activities shall be planned and implemented in a manner that protects existing site utilities, structures, surface features, service operations, monitoring and other types of wells, and the general site environment. This includes the protection of trees, shrubs, and other vegetation not in the affected zone from dust damage, soil compaction, and physical contact with machines and equipment. The Contractor is required to replace and restore to the original condition - the exterior landscaping all around the building where such areas are damaged and or impacted by the Contractor's operations. This includes repair and restoration of the underground sprinkler system. If appropriate, the Contractor shall conserve uncontaminated topsoil by removal, storage, or redistribution. All reasonable measures shall be taken to minimize and suppress fugitive emissions of dust, vapors, and other site materials during site work. All fill materials shall be non-contaminated. The Contractor shall conduct all operations and activities with the intent of reducing the amount of pollution generated. Specific areas to be focused on are generation of solid waste, use of hazardous materials, use of ozone-depleting chemicals, generation of hazardous waste, and use of energy and water. The Contractor shall plan, construct, operate, maintain, optimize, and decommission systems necessary to control storm water run-on and runoff; and transport surface water drainage to a treatment plant, discharge location, or any other destination.
 
•7.2 Site Preparation
The Contractor shall perform site work as necessary to prepare sites for construction activities. Security and access controls shall be implemented to prevent unauthorized entry to sites and to protect wildlife from site exposure. The Contractor shall survey existing utilities to determine adequacy and need for modifications to support site activities. The Contractor shall obtain appropriate approvals and shall construct connections or new systems for electrical power, water, sewer, gas distribution, telephone, and other utilities, as required, to accomplish the activities specified in this SOW. Provide protective perimeter fencing around the work areas to prevent people intrusion into construction zone areas. This includes the Contractor's laydown and staging areas.
 
•7.3 Demobilization
The Contractor shall decommission facilities as necessary, and restore the site. The Contractor shall remove any temporary facilities and implement erosion control measures such as seeding, mulching, sodding, and erosion control fabrics; restore roads, structures, and utilities; and plant trees, shrubbery, grasses, and other vegetation. The Contractor shall document and report on activities and train Government personnel to perform required maintenance, as requested.
 
•8.0 SECURITY AND RESTRICTED AREA
 
•8.1 Access and general protection/security policy and procedures
This standard language is for Contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub‐Contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204‐9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or Local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.
 
•8.2 Required Employee Information
The following information shall be provided for each employee involved in the contract: name, social security number, date of birth, citizenship, employer, location of work on depot, vehicles used by Contractor, and duration of contract. The Contractor will submit the above information to the Identification and Registration (I&R) Office, building 100, as soon as the contract has been awarded. In an emergency, the information will be accepted with the SIOTE Form 901 Badge Requests. However, this information must be provided before badges can be issued.
 
•8.3 For Contractors requiring Common Access Card (CAC)
Before CAC issuance, the Contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014‐05. The Contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on‐site or remotely; (2) Remote access, via logon, to a DoD network using DoD‐approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non‐DoD Federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management.
 
•8.4 For Contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub‐Contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center InterState Identification Index (NCIC‐III) and Terrorist Screening Database (TSDB) (Army Directive 2014‐05/AR 190‐13), applicable installation, facility and area commander installation/facility access and Local security policies and procedures (provided by Government representative), or, at OCONUS locations, in accordance with Status of Forces Agreements and other theater regulations.
 
Contractor/subContractor personnel whose contract performance period is less than 30 days shall be issued temporary visitor badges and a TEAD Form 2048 Visitor Pass.
 
Badges shall be prominently displayed on an outer garment at all times while personnel are on-depot. Badges shall be secured while off-depot and shall not be used for identification purposes off the installation.
 
Personnel requiring badges must have picture identification (i.e., driver's license or State ID card) in their possession at the time of badging or a Resident Alien card issued by the State of Utah.
 
•8.5 Threat Awareness Reporting Program.
For all Contractors with security clearances. Per AR 381‐12 Threat Awareness and Reporting Program (TARP), Contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2‐4b.
 
•8.6 Admittance to the Worksite
The Contractor is solely responsible for all acts committed by persons admitted to the Government work site at the request of the Contractor. Sexual Harassment shall not be tolerated.
 
•8.7 Foreign Nationals
Army regulations prohibit foreign nationals from entering Army installations without prior specific written approval from the installation Commander. Requests for foreign national employees to enter the Depot must be submitted to the TCA Security Manager at least 14 days prior to the desired date of employment. Such requests must be fully justified and will be considered on a case-by-case basis.
 
•8.8 Vehicles
All vehicles and drivers entering the confines of the installation are required to comply with the requirements of the State of Utah or the State in which the vehicles are registered. These requirements include: valid State registration; valid vehicle insurance; current State inspection (if required); and the operator must possess a valid State driver's license. These requirements are strictly enforced while on the installation. If requested by a Security Officer, proof of these requirements must be produced. Vehicles with illegal modifications are prohibited from the installation. Enforcement of the Utah State Traffic Code is conducted on the installation. Violators will be issued a U.S. Federal Magistrate Citation, which requires the payment of a fine or appearance in the Magistrate Court. Contractors requiring the use of Contractor-owned or leased vehicles within the Ammunition Restricted Area, must obtain a vehicle pass from the I&R Office, building 100 at TEAD prior to entering the area. Proof of registration, inspection, insurance and a properly licensed driver must be available at the time of registration. Contractor vehicle passes are valid through completion of contract. Vehicles allowed access to the area must be Contractor-owned or leased. The Contractor must supply a memorandum of vehicles being used by its employees.
 
•8.9 Prohibited Items
Firearms or dangerous weapons, illegal drugs, intoxicants or paraphernalia, cameras or camera equipment are prohibited on Tooele Army Depot, unless authorized by the Director of the area, and flame-producing items are prohibited in ammunition storage areas unless specifically authorized in writing on a TEAD Flame Permit.
 
•8.10      Accident Reporting
The Contractor shall notify the Contracting Officer of all accidents/injuries immediately. Contractor employees may be examined at the US Army Health Clinic service for emergencies, only, on a cost-reimbursable basis from the Contractor. For emergencies, dial: 435-833-2911 if using a cell phone, and 911 if using a Depot phone.
 
•·      Depot telephone, dial 911 and give the operator all the information-- DON'T HANG UP.
•·      Contractors using cellular phones--call (435) 833-2911 at Tooele Army Depot.
•·      Fire alarm transmitter and fire phones. (Instructions are plainly printed on each).
 
•8.11      Speed Limits
While on Tooele Army Depot, all posted speed limits shall be followed. Reduce speed to 15 MPH while passing troops.
 
Vehicle and Package Inspection Program. All vehicles and packages entering, exiting or within the confines of the installation are subject to inspection by authorized Security personnel. This will periodically include the use of bomb or drug detection dogs.
 
•8.12  Seat Belts
The wearing of seat belts is required on the installation. Vehicles driven on the installation must also be in compliance with all State motor vehicle regulations. When operating motorcycles on the installation, helmets must be worn.
 
•8.13  Cell Phones
Cell phones are, under no circumstances, to be used while driving on Tooele Army Depot properties. No talking--no texting. If a driver needs to place a call or text, the individual must pull safely to the side of the road and park.
 
 
•9.0 STANDARD DESIGN CRITERIA
 
The references listed below include the common criteria that may be applicable. Other technical documents and publications, which are deemed applicable for a particular project, will be made identified in the Scope of Work. Use the latest edition of references unless specified otherwise.
 
Building Codes:
International Building Code
International Mechanical Code
International Plumbing Code
International Energy Conservation Code
International Fuel Gas Code
Fire Safety Code, NFPA 1
Life Safety Code, National Fire Protection Association, NFPA 101
National Electric Code, NFPA 70
National Electric Safety Code, ANSI C2
 
Design Standards:
Architectural Barriers Act (ABA) Accessibility Standard for Department of Defense Facilities -
ASCE/SEI 7-05 Minimum Design Loads for Buildings and Other Structures
ASHRAE Standard 62.1-2007 2010, Ventilation for Acceptable Indoor Air Quality
ASHRAE Standard 90.1-2007, Energy Standard for Buildings Except Low Rise Residential Buildings
Illuminating Engineering Society of North America, Reference and Application Lighting Handbook, 2008
ICSSC RP6 - Standards of Seismic Safety for Existing Federally Owned and Leased Buildings
 
Regulations:
10 CFR 435 Energy Conservation Voluntary Performance Standards for New Buildings (Mandatory for Federal Buildings)
Energy Policy Act
 
ARMY Engineering Technical Letters:
Include those letters that are applicable to the project.
 
ARMY Design Guides:
Include those design guides that are applicable to the project.
 
Military Handbook:
MIL-HDBK 1004/6 Lightning Protection 1988
 
Unified Facilities Criteria:
UFC 1-200-01, General Building Requirements
UFC 1-300-08, Process for the Transfer and Acceptance of Real Property
UFC 3-201-02, Landscape Architecture
UFC 3-210-01A, Area Planning, Site Planning, and Design
UFC 3-210-02, POV Site Circulation and Parking
UFC 3-210-10, Low Impact Development
UFC 3-230-01 (FAA Advisory Circular 150 5320-5C), Surface Drainage Design
UFC 3-230-07A, Water Supply, Sources and General Considerations.
UFC 3-230-10A, Water Supply, Water Distribution
UFC 3-240-07FA, Sanitary and Industrial Wastewater Collection: Gravity Sewers and Appurtenances
UFC 3-250-01 FA, Pavement Design for Roads, Streets, Walks, and Open Storage Areas
UFC 3-250-18FA, General Provisions and Geometric Design for Roads, in and around Airfields
UFC 3-301 -01, Structural Engineering
UFC 3-310-04, Seismic Design for Buildings
UFC 3-400-01 Energy Conservation
UFC 3-400-02 Design: Engineering Weather Data
UFC 3-401-01 FA Utility Monitoring and Control Systems
UFC 3-410-01FA Heating, Ventilating, and Air Conditioning
UFC 3-410-02A Heating, Ventilating, and Air Conditioning (HVAC) Control Systems
UFC 3-420-01 Plumbing Systems
UFC 3-420-02FA Compressed Air
UFC 3-450-01 Noise and Vibration Control.
UFC 3-501, Electrical Engineering
UFC 3-520-01, Interior Electrical Systems
UFC 3-530-01, Design: Interior and Exterior Lighting and Controls
UFC 3-550-01, Exterior Electrical Power Distribution
UFC 3-560-01, Electrical Safety, O&M
UFC 3-570-02A, Cathodic Protection
UFC 3-580-01, Telecommunications Building Cabling Systems Planning and Design.
UFC 3-600-01, Fire Protection Engineering for Facilities
UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, 9 Feb 2012
UFC 4-010-02, DOD Minimum Standoff Distances for Buildings, 9 Feb 2012
UFC 4-021-01, Design and O&M: Mass Notification Systems
UFC 4-030-01, Sustainable Development
UFC 3-600-01, Design: Fire Protection Engineering for Facilities
 
Other:
DD Form 1354, "Transfer and Acceptance of DoD Real Property"
DD Form 1354 Master Checklist Excel Spread Sheet

Opportunity closing date
14 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - RI (W90WL5) Tooele Contracting Office United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?