This document establishes a General Construction Blanket Purchase Agreement (BPA) for furnishing labor, equipment, and materials for construction, including new work, additions, alterations, maintenance, and repairs of commercial and institutional buildings and related structures at Fort Drum, New York. The agreement is subject to subsequent BPA Calls.
The Contractor shall provide all necessary resources, management, personnel, materials, supervision, transportation, supplies, and equipment for repair or construction of real property facilities and structures.
Projects include new construction and repair/renovation work up to the Simplified Acquisition Threshold per project.
The work encompasses planning, programming, administration, and management for repair or construction services.
Specific work areas include, but are not limited to:
- Civil: Topographic surveying, grading, earthwork, storm drainage, erosion control, paving, sidewalks, curbs, gutters, pavement markings, traffic control, fencing, dewatering, landscaping, geotechnical investigations, slope stabilization, borings, trenching, foundations, piers, bridges, spill containment, berms, demolition, and repairs to airfield runways, taxiways, and aprons.
- Electrical: Electrical distribution and network balancing, transmission lines, substations, poles, towers, duct-banks, raceways, conduits, wiring, cable trays, outlet boxes, cabinets, enclosures, fiber optics, manholes, concrete pads, insulators, lightning arrestors, transformers, switches, fuses, grounding, lightning protection, service entrances, panel boards, circuit breakers, motor control centers, targeting systems, heating, UPS, beacons, frequency converters, traffic control signals, generators, solar systems, receptacles, lighting fixtures, lamps, ballasts, equipment connections, disconnect switches, control systems, security systems, UMCS, audio/visual communication systems, telephone systems, instrumentation systems, and fire detection/alarm systems.
- Mechanical: HVAC systems, chillers, refrigerants, air handling equipment, energy conservation, heat transfer surfaces, furnaces, air distribution, pumps, piping, ducts, conveying systems, elevators, dumbwaiters, moving walks, hoists, cranes, lifts, escalators, incinerators, boilers, material handling systems, dryers, plumbing fixtures, sterilization systems, fuel distribution, POL, storage tanks, fire suppression systems, fuel use/leak analyses, compressed air systems, medical/industrial gas systems, exhaust systems, steam systems, pipe insulation, and gas line repair/purging.
- Structural: Structural design and analysis of building systems and ancillary structures, foundations, underwater structures, reinforced concrete, equipment mounting, shock isolation, reinforced masonry, wood, steel joists, steel decks, steel frame systems, steel bracing, steel connections, non-building structures, welding, ceiling tiles, grids, cabinets, countertops, flooring, wall tile, exterior siding, millwork, trim, stairs, thermal/moisture protection, security caging, masonry, and snow loads.
Location: Fort Drum, NY.
The period of performance is not explicitly stated but is governed by the Agreement and subsequent BPA Calls.
All work must be done by skilled personnel.
Existing work damaged by the Contractor must be repaired or replaced at no additional cost to the Government.
A preconstruction conference meeting is required prior to performance of any work.
The Contractor shall clean up all debris and discarded materials daily, disposing of them off-post in accordance with applicable laws and regulations.
The Contractor shall provide a complete and usable facility.
Site visits require personnel who work for the company; subcontractors must provide a notarized document.
The Contractor must comply with federal, state, and local laws, regulations, New York State Building Codes (NYSBC), directives, and installation policies.
In case of conflict among laws, regulations, and codes, the most stringent shall apply.
The Contractor shall provide related services such as preparing and submitting required reports and performing administrative work.
Key Contractor Personnel (Contract Manager and Construction Superintendent) must be fluent in English and present on-site when work is ongoing.
A Quality Control Program is required to ensure work complies with the contract.
The Contractor shall submit a practicable schedule of proposed operations within five days of commencing work.
Construction hold points may be established, requiring inspection before work can proceed.
Buildings may be occupied during work; the Contractor must arrange work to prevent dislocations and inconveniences.
Quoters are responsible for visiting the site, surveying conditions, and verifying work scope before submitting a quote.
Unsalvageable material must be disposed of off-post.
Existing salvageable materials (e.g., copper wire, metal conduit) remain the property of the Government.
Work shall not conflict with or disrupt normal Government operations.
Utility outages require written requests with at least two weeks' notice.
Normal working hours are 7:00 a.m. to 4:30 p.m., Monday through Friday, excluding holidays, unless otherwise approved.
The Contractor may be required to reimburse the Government for inspecting work performed outside normal hours.
All debris and discarded materials must be disposed of off-post.
Open burning of scrap is forbidden.
Approval is required for placing debris collection containers on post.
The Contractor shall maintain access to the job site.
Installation access requires specific documentation (vehicle registration, insurance, driver's license, ID).
Contractor employees require background checks and may be issued temporary passes or Local Access Badges (LABs).
DoD ID credentials must be surrendered upon expiration or termination of the contract.
Contractors must comply with adjudication standards and procedures for installation access.
All vehicles and personnel are subject to search and seizure.
iWATCH training is required for all employees within 30 days of contract award.
Range access requires a "range pass" if work is performed on a range.
All work and materials must conform to applicable OSHA standards.
Safety rules must be followed; incidents must be reported immediately.
Existing utility lines will be available for use; extensions or alterations are at the Contractor's expense.
All materials used must be new and unused, with preference for non-hazardous components.
Material Safety Data Sheets (MSDS) must be provided upon request.
Federal holidays are defined as Government holidays.
Minimum insurance requirements include NYS Workmen's Compensation, Employer's Liability, General Liability, and Automobile Liability.
The Contractor shall not accept instructions from anyone other than the Contracting Officer or their authorized representative.
A permit is required for "hot" work.
Fire safety procedures must comply with NFPA 241.
The Contractor shall comply with all federal, state, and local environmental regulations.
Hazardous waste management must comply with the Fort Drum HWMP and NYSDEC laws.
Environmental Management System (EMS) awareness training is required for all personnel.
Contract administration will be handled by the Mission & Installation Contracting Command, Installation Support Division.
Invoices shall be sent to Defense Finance Accounting Service - Indianapolis via https://piee.eb.mil/.
Progress payments require AIA G702 Application and Certification for Payment.
A Release of Claims (Attachment 4) is required with the final invoice.
Participation in all requirements is not mandatory, but fair opportunity will be given.
Lowest priced responsive quote will be selected for award.
Davis Bacon General Wage Decisions will be identified and supplied with each Request for Quote.
This Master Agreement shall be reviewed annually.
Attachments include: Fort Drum Hazardous Waste Management Plan, Fort Drum Regulation 420-7 Environmental Regulation, AIA AG702 Application and Certification for Payment, Release of Claims, USDOL WHD Payroll WH347, and SF 1413 Statement of Acknowledgement.