Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

Y -- RECOVERYFOLSOM CIVIL MAINTENANCE BUILDING REPLACEMENT TAS::14 0681::TASARRA PROJECT No. 503.000

Notice Date
4/19/2010
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
R10PS20R57
 
Archive Date
4/19/2011
 
Point of Contact
Teena A. Glasper Contract Specialist 9169785211 tglasper@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number R10PS20R57ARRA PROJECT NUMBER 503.000 TAS::14 0681::TAS RECOVERY - This procurement is being funded via the American Recovery and Reinvestment Act of 2009 (ARRA). The Department of the Interior, Bureau of Reclamation, in support of the 8(a) Program, intends to issue an Invitation for Bid (IFB) for a firm fixed-price construction contract for the Folsom Civil Maintenance Building Replacement. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the Sacramento, Fresno, and San Francisco District Offices, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. Work is located at Folsom Dam approximately 2 miles north of Folsom, California, in Sacramento County. The work to be performed is described below. The applicable North American Industry Classification System (NAICS) Code is 236220 and the related small business size standard is $33.5M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $5M and $10M. This procurement will require 100% performance and payment bonds. Work is located at the Bureau of Reclamation in Folsom, California. Interested parties are encouraged to download a copy of the solicitation as expeditiously as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the section 8(a) program. Solicitation R10PS20R57 will be posted to http://ideasec.nbc.gov on or about May 17, 2010. The date for receipt of proposals will be approximately June 18, 2010. The solicitation must be downloaded at the above website; no paper copy of this solicitation will be distributed. Prospective contractors MUST be actively registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov to be eligible for award. Questions concerning this solicitation should be directed to Teena Glasper by email at tglasper@usbr.gov. Please be advised that the Awardee will be subject to Section 1512(c) of the Recovery Act, which requires that each contractor report on its Recovery Act funds under the awarded contract. These reports will be made available to the public. The principal components of the work to be performed include: A. Site Construction:1. Demolishing existing structures, utilities, and items.2. Identifying existing buried utilities.3. Removing existing buried pipe including asbestos cement pipe.4. Removing existing asphalt pavement from site areas.5. Clearing and grubbing site areas of vegetation and rubbish.6. Stripping topsoil from site areas.7. Excavating materials for site grading, building foundation, and buried utilities.8. Placing and compacting backfill in excavations and utility trenches.9. Furnishing, placing, and compacting gravelfill.10. Placing and compacting embankment for site grading.11. Furnishing and installing polyethylene storm drains.12. Furnishing, placing, and compacting aggregate base course for asphalt concretepavement.13. Furnishing, spreading, and compacting asphalt concrete pavement.14. Applying painted traffic stripes and markings to asphalt concrete pavement.15. Constructing concrete sidewalks, patio, and miscellaneous slabs.16. Furnishing and installing precast concrete parking bumpers.17. Furnishing and installing waterline and appurtenances.18. Furnishing and installing wastewater conveyance system including sewer laterals,sewage pump station, forcemain, gravity main, manholes, and appurtenances.19. Furnishing and installing building perimeter water supply line.20. Furnishing and installing drip irrigation system21. Landscaping site areas. B. Concrete:1. Constructing reinforced cast-in-place concrete for building foundation and floorslab, walls, vehicle entrance slabs, dumpster slabs, multi-use slabs, vaultenclosures, outdoor equipment pads, and luminaire pole foundations.2. Furnishing and applying concrete floor hardener.3. Constructing and erecting reinforced site-precast concrete cover slabs for vaultenclosures. C. Metals:1. Furnishing and installing embedded frame and grating in sand blast media booth.2. Furnishing and installing guard posts around building and lift station.3. Furnishing and installing embedded door frame and steel enclosure frames forroll-up doors. D. Wood and Plastics:1. Fabricating and installing plastic laminate-clad countertops.E. Thermal and Moisture Protection:1. Furnishing and installing sound control batt insulation, prefinished metal soffitpanels, firestopping materials, and joint sealant.F. Doors and Windows:1. Furnishing and installing hollow steel doors and frames, motor-operated roll-upservice doors, interior glazed steel windows, exterior glazed aluminum windows,and acrylic unit skylights.G. Finishes:1. Furnishing and installing metal framing and gypsum board materials for interiorwalls and ceilings.2. Furnishing and installing ceramic tile wall and floor finishes.3. Furnishing and installing metal suspension systems and lay-in panels foracoustical ceilings.4. Furnishing and installing biobased resilient tile flooring, vinyl wall base, andcarpet tile. H. Specialties:1. Furnishing and installing composite toilet partitions and urinal screens, melamineplastic door signs, metal clothing lockers, locker room benches, and toiletaccessories. I. Furnishings:1. Furnishing and installing manufactured casework for kitchen cabinets. J. Special Construction:1. Furnishing and erecting pre-engineered metal building systems with steelframing, preformed factory-insulated metal roof and wall panels, and metalgutters and downspouts.2. Furnishing and installing pre-engineered free standing mezzanine with steelframe, metal deck and floor plate floor system, guardrails, and stair. K. Mechanical:1. Designing, furnishing, and installing domestic water and sanitary waste/ventplumbing system for building interior.2. Furnishing and installing compressed air system.3. Furnishing and installing wall-mounted fire extinguishers.4. Furnishing and installing an automobile lift.5. Furnishing and installing car wash and water recycler.6. Relocating existing diesel fuel storage tank.7. Furnishing and installing an oil recovery tank.8. Designing, furnishing, and installing a wet pipe sprinkler system for the entirebuilding interior except the wood storage, paint booth area, and paint storage area,and car wash area.9. Designing, furnishing, and installing a dry pipe water sprinkler system for thebuilding wood storage area and carwash.10. Designing, furnishing, and installing a deluge water sprinkler system for thebuilding paint storage and paint booth areas.11. Remove/Dispose of existing gasoline storage tank.12. Designing, furnishing, and installing heating, ventilating, and air-conditioningsystems.13. Furnishing and installing media blast and recovery system. L. Electrical:1. Designing, furnishing, and installing electrical power, fire detection and alarm,and communications wiring systems for maintenance replacement building.a. Provide service entrance from existing 4,160-volt site power gridincluding a 500kVA, 4160V to 480V transformer.b. Design and provide a power metering system.c. Design and provide internal 480-208/120-volt distribution system,including power for outdoor parking lot lighting.d. Design and provide power and communications circuits to a relocated fuelsystem and to a sewage ejector pump for this buildinge. Design and provide fire detection and notification system.f. Design and provide a phone and computer communications cablingsystem.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ccde28fc37bf2682cb302c481bc62182)
 
Place of Performance
Address: Folsom, CA
Zip Code: 95630
 
Record
SN02125202-W 20100421/100419234313-ccde28fc37bf2682cb302c481bc62182 (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.