Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2003 FBO #0482
SOLICITATION NOTICE

54 -- 54-Pre-Fab Building

Notice Date
3/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
03SQ107140
 
Archive Date
3/24/2004
 
Point of Contact
Sue Fraser Purchasing Agent 2083785103 sfraser@pn.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation, PN Region, has a requirement for the acquisition and erection of a pre-engineered steel building. The delivery and erection site is Hungry Horse Dam, Hungry Horse, Montana 59919. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR 12.6, as supplemented in accordance with the format included in this notice. This announcement constitutes the solicitation. The Request for Quotes (RFQ) is being issued as 03SQ107140; and proposals (including descriptive literature and completed Offeror Representations and Certifications-Commercial Items) are due April 25, 2003. The RFQ incorporates revisions and clauses in effect through FAC 2001-12. This is a total small business set aside. The NAICS code is 444190, the small business standard is $6.0 million. Contact Sue Fraser at 208-378-5103 or sfraser@pn.usbr.gov. Drawings are not available electronically; requests for drawings must be faxed to Sue Fraser at 208-378-5108. There is no scheduled site visit. To view the site, contact Ralph Carter at 406-387-5241 ext. 313. More than one quote may be submitted. The Government anticipates award of a firm-fixed price contract resulting from this solicitation on or about May 1, 2003, that is most advantageous to the Government. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, amended as follows: The following factors shall be used to evaluate offers: Ability of offered item to meet Government requirement and specifications; b) product literature; c) delivery date; d) past performance; e) price.; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 paragraph (b) is tailored to incorporate the following clauses: FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; FAR 52.232-34 Payment by Electronic Funds Transfer; FAR 52.204-6 Data Universal Numbering System (DUNS) Number. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. Quotes may also be submitted on letterhead and faxed to the attention of Sue Fraser at 208-378-5108 or mailed to Bureau of Reclamation, PN-3706, 1150 N. Curtis Rd., Ste 100, Boise, ID 83706. To take advantage of business opportunities with BOR and DOI you must register your firm on the Central Contractor Registration System (CCR) @ http://www.ccr.gov. THE REQUIREMENT: All excavation and construction shall meet local state and federal uniform building codes. Site preparation: Site will require excavation and grading and other earthwork: The contractor shall provide removal, placement, and compaction of approximately 450 cubic yards of soil in preparation for concrete foundation, soil stabilization, and adequate drainage. Contractor shall provide earthwork grading to attain stabilization of soils adjacent to newly-constructed building. This shall include a six (6) foot buffer adjacent to the non-paved area adjacent to the building sloped at 2-4%. On the north and west sides of the building, grade beyond this buffer at no greater than a 2:1 slope up to existing soils. Contractor shall provide earthwork grading to attain adequate drainage of rain and snow melt. Drainage shall be directed away from buildings (2-4percent) and towards the adjacent service road (2-4percent). Foundation: Building concrete slab shall be six (6) inch reinforced concrete slab floor, broom finish, graded (2percent) to floor drain as shown on drawing. Building foundation footers shall be set at 3 foot below grade. A reinforced concrete sand storage bin (see drawing details) shall be constructed, sized 22 foot by 46 foot by 7 foot high. A 23 foot by 16 inch wide by 12 inch deep trench floor drain and drain grate shall be included in the building floor. The drain grate shall support repeated large vehicular traffic. A 1,500 gal pre-cast concrete holding tank shall be connected to floor drain. Holding tank shall provide at grade personnel access, no less than 24" in diameter. Connecting pipe from floor drain to holding tank shall be no less than 6 inches in diameter. Building: Pre-engineered steel building with clearspan design: 70 foot wide by 70 foot long, with 21 foot clearspan. Roof 1:12 slop, 65 lb live load. Wind rating 80mph, exposure C. Seismic zone 3, collateral 3. Building walls and roof shall be constructed with a minimum of 4" fiberglass insulation. Personnel doors (2 each) shall be 3 foot by 7 foot metal doors with self closing mechanisms, and ADA compliant door handles. The door lock cores shall be "Best" compatible (Best Access Systems, Inc). Vehicle access doors shall consist of two (2) 16 foot by 16 foot roll-up doors, and shall be opened by electric motor operators with hard-wired pushbutton controls. Controls shall have a minimum of three functions (up, down and stop). In addition to roll-up door electrical controls, each roll-up door shall be operated by wireless remote control. There shall be no windows installed in the building. Building exterior color shall consist of a neutral color, compatible with the existing building in the local vicinity. Building interior color shall be of a neutral light color. Electrical: Electrical service consisting of 400 amp, 480 volt, 3 phase service will be provided by the Government to edge of the building foundation (as shown in drawings). Electrical work and materials shall be provided by the contractor to provide: 1 - 400 amp, 480 volt, 3 phase service box with main shutoff and circuit breakers. 9 - 400 watt metal halide overhead lights with "low bay" lamps, installed and operating on two independent circuits. 10 - 110 volt, duplex outlets on two separate 20 amp circuits, spaced along the interior walls of the building (as shown on drawing). Circuits shall include a Ground Fault Interrupt device for each 110 volt outlet circuit. 1 - 480 volt, 3 phase 50 amp electrical outlet, with a single NEMA L16-30R receptacle. 4 - 3 way switches for metal halide overhead lighting consisting of two lighting circuits. Two independent lighting switches shall be located near each personnel door. 2 - 250 watt mercury vapor lights (exterior, security lighting) operated by photo-electric cell (automatic, on/off). 2 - 50,000 watt electric heaters (480 volt, 3 phase) with wall mount thermostat controls. Electric heater thermostat controls located as annotated on drawing. 1 - 7,500 cfm electric exhaust fan with exterior shutters. Exhaust fan control mounted on interior of building wall, underneath fan, 5 feet above the floor. Electrical controls and breakers to manage electrical loading of all installed electrical components. Warranty: Warranty period of foundation, metal building and appurtenances shall be no less than one year in length after acceptance by the Government. References: A. AISI - Specification for the Design of Cold-Formed Steel Structural Members - 1986 Edition with 1989 Addendum. B. ISC - Specification for Structural Steel Buildings - 1989. C. AISC - Steel Design Guide Series 3 - Serviceability Design Considerations for Low- Rise Buildings - 1990. D. ASTM A36-92 - Specification for Structural Steel. E. ASTM A153-82(1987) - Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. F. ASTM A307-92A - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. G. ASTM A325-92A - Specification for High Strength Bolts for Structural Steel Joints. H. ASTM A123-89A - Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. I. ASTM A446-91 - Specification for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical Quality). J. ASTM A463-88 - Specification for Steel Sheet Cold Rolled Aluminum Coated Type 1 and Type 2. K. ASTM A490-92A - Specification for Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints. L. ASTM A500-92 - Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. M. ASTM A501-92 - Hot Formed Welded and Seamless Carbon Steel Structural Tubing. N. ASTM A525-91B - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, General Requirements. O. ASTM A529-92A - Structural Steel with 50,000 psi Minimum Yield Point. P. ASTM A570-92 - Specification for Hot-Rolled Carbon Steel Sheet and Strip, Structural Quality. Q. ASTM A572-92B - Specification for High Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality. R. ASTM A792-89 - Specification for Steel Sheet Aluminum Zinc Alloy Coated by the Hot Dip Process, General Require-. ments. S. ASTM C665-91 - Mineral Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. T. ASTM E1514-93 - Specification for Structural Standing Steam Steel Roof Panel Systems. U. AWS A2.4-93 - Standard Welding Symbols. V. AWS D1.1-94 - Structural Welding Code - Steel. W. AWS D1.3-89 - Structural Welding Code - Sheet Steel. X. Metal Building Manufacturers Association (MBMA) Low Rise Building Systems Manual - 1996 Edition. Y. SJI (Steel Joist Institute) - Standard Specifications, Load Tables and Weight Tables for Steel Joists and Joist Girders - 1992.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142510&P_OBJ_ID1=20573)
 
Place of Performance
Address: Hungry Horse Dam, Hungry Horse, Montana
Zip Code: 59919
Country: U.S.
 
Record
SN00287574-W 20030327/030325213747 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.