Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOURCES SOUGHT

54 -- Communication Shelter for Tuttletown Water Treatment Facility

Notice Date
3/11/2009
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
09SQ200141
 
Response Due
3/24/2009
 
Archive Date
3/11/2010
 
Point of Contact
Joshua Stuart Contract Specialist 5309341336 jstuart@usbr.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
The Mid-Pacific Region of the Bureau of Reclamation is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to obtain feedback from industry regarding the general requirements for an upcoming procurement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool to determine potential sources and interested parties in the intended procurement for a communication shelter for the Tuttletown Water Treatment Facility. The Water Treatment Facility is located in Tuolumne County. If a solicitation is released it will be synopsized and posted at http://ideasec.nbc.gov. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought notice. This solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. Therefore, replies are requested from ALL interested parties, regardless of business size or category. The applicable North American Industry Classification System (NAICS) code is 321992 which is 500 Employees. However, the government reserves the right to change the classification if deemed necessary. It is anticipated that award of the contract will occur around May 1, 2009. All interested parties are encouraged to respond to this sources sought no later than March 24, 2009. Please submit all requested documentation listed below to Joshua Stuart via email at jstuart@mp.usbr.gov. Interested parties should submit a capabilities package not longer than 5 pages demonstrating the ability to meet the following criteria: Wood construction; Fiberglass stone flake exterior finish; 6ft wide x 6ft long x 8ft high; 100mph wind load; Ceiling insulation 6" glass (R-19); Wall insulation 3-1/2" glass (R-11); Floor insulation 1-1/2" poly (R-6 or better); Structural Steel Skid Channel on 16" centers used for floor joists with "3x2"x11" gauge square tubing; All seal welded and entire skid hot dip galvanized. Floor Constructed of 3/8" B/C plywood fiberglassed on the underside with 1-1/8" T&G plywood on the interior with industrial grade tile; Sub floor 2"x4" studs on 16" centers. Walls 2"x4" studs on 16" centers with 3/8" A/C Plywood on the exterior. Roof Must be fully insulated and fabricated with 2"x6" rafters at 16" centers and sloped from the center to prevent water ponding; The exterior skin to be 3/8" A/C exterior plywood protected with 3/16' chopped fiberglass resin and stone flake finish. Interior Walls Must be 3/8" plywood with white FRP finish; Ceiling shall be " plywood with white FRP finish. Exterior-Covered with 3/16" chopped fiberglass covered with stone flake finish with clear get coat. Additional Equipment: (1) ea. 3'x7' alum Joiner door, 3 ss hinges, 1-1/2 poly insulated, 3 pt lock, carpet threshold, aluminum drip cap, hasp and cabin clip (cut out 3'3"x7'2-1/2"); (1) ea. GLYNN Johnson 70 Series Door Holder; 1 ea. BARD WA 121-a05XP5XXJ; 1 ea. 17x5 supply grill; 1 ea. 17x5 return grill; 1 ea. Honeywell THERMOSTAT TH5220D1003; 1 ea. CX 109 576 8 Port Cable Entry Port; 1 ea. QO120M100 LD-CNTR Box and Int. 1 ea. LD-CNTR CVR w/door; 1 ea. PK18GTA, ground bar kit; 1 ea. Q0120 Single Pole Breaker; 1 ea. QO120 GFI Breaker;1 ea. QO230 2P-120/240V Breaker for HVAC unit; 4 ea. BR20 Duplex Commercial grade, BRN NEMA5-20R Recept;1 ea. IVY 15 amp GFCI RCPT; 2 ea. LEV 1451 CP 15A 120V brn AC light switch;1 ea. Photo control model T-15;(2) 4x20 Tinned Coated Gournd Buss Bars;(1) ea. HALO in compliance with R56;6 ea. Cable tray gold chromate 12" wide 9' rung spacing. In addition, Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1201, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on Annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. Responsible sources having relevant experience and the capabilities to perform the work will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=773bbfb8caaabc6468bf140fa1ca2732&tab=core&_cview=1)
 
Place of Performance
Address: Sanora, CA<br />
Zip Code: 95370<br />
 
Record
SN01766494-W 20090313/090311215049-773bbfb8caaabc6468bf140fa1ca2732 (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 |
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.