SOLICITATION NOTICE
Y -- HURRICANE HARDENING PROJECT AT AOML AND SEFSC AT MIAMI, FLORIDA
- Notice Date
- 8/4/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133F-06-RB-0033MLW
- Response Due
- 9/15/2006
- Archive Date
- 9/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The U. S. Department of Commerce, National Oceanic and Atmospheric Administration, intends to procure construction services for the Replacement and Installation of Windows and Emergency Generators for the Atlantic Oceanographic and Meteorological Laboratory (AOML) and Southeast Fisheries Science Center (SEFSC) at Miami, Florida. Contractor shall be required to furnish all labor, material, equipment and each and every item of expense for the replacements and installations. This work consists of a base bid and options. The Base Bid will be for the Window Replacement and Installation at the AOML and SEFSC Buildings at Miami, Florida. For the AOML Building, which contains approximately 9,635 square feet of glass, the work shall include 625 Windows, Entrance and Patio Doors. The windows shall be thermal, double paned, insulated, pre-tinted hurricane impact sustaining at least Category 4 hurricanes. 44% of the windows shall be operable and 56% shall be stationary. The window frames shall be bronze anodize, thus matching the current window frames. The windows shall have a 5 year minimum warranty. For the SEFSC Building, which contains approximately 5,564 square feet of glass panes, the work shall include 297 windows. The windows shall be thermal, double paned, energy efficient and be at least Category 4 hurricane impact resistant. The windows must comply with the 2001 or most recent South Florida Building Code requirements for large and small missiles. The windows for this building shall be 100% stationary windows. The Option Item for each building shall consist of installation of Emergency Generator Systems. For the AOML Building, the generator shall be a minimum of a total of 200KW (kilowatts) power with automatic transfer switch. For the SEFSC Building, the generator shall be a minimum of a total of 200KW (kilowatts) power with automatic transfer switch. The contractor will be required to complete the entire work ready for use within 270 calendar days from the date of the notice to proceed. This will be a firm-fixed price contract. This is a total small- business set aside. NAICS code 236220 applies. Estimated construction cost is from $1,000,000.00 and $2,500,000.00. Solicitation Number WC1330-06-RB-0033MLW with specifications and bid documents will be available on or about August 15, 2006. All responsible sources may submit a bid which shall be considered by the agency. The Central Region Acquisitions Division requires that all contractors doing business with this Acquisitions Office must be registered with the Central Contractor Registry (CCR) and Online Representations and Certifications Application (ORCA). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR and ORCA, please access the following websites: http://www.ccr.gov/ and http://orca.bpn.gov, respectively. In order to register in CCR and ORCA and to be eligible to receive an award from this acquisition office, all bidders must have a Dun & Bradstreet number. A Dun and Bradstreet number may be acquired free of charge by contacting Dun and Bradstreet on-line at http://www.dnb.comlproductluepdate/requireOptions.thinl or by phone at (800) 333- 0505. Additionally completion of the on-line representations and certifications application (ORCA) is required. Copies of bid documents will be available via electronic means consisting of accessing electronic files via an FTP site. All requests for the bid documents must be submitted in writing. The points of contact are for contracting and technical matters: Ms. Mamie L. Wandick (816) 426-7471; for copies of the solicitation contact Mr. Kevin Buum (816) 426-7461.
- Place of Performance
- Address: NATIONAL MARINE FISHERIES SERVICE, 4700 AVENUE U, GALVESTON, TEXAS
- Zip Code: 77551
- Country: UNITED STATES
- Zip Code: 77551
- Record
- SN01106613-W 20060806/060804220352 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |