SOLICITATION NOTICE
Z -- USGS SITKA MAGNETIC OBSERVATORY ELECTRICAL AND MECHANICAL UPGRADE, CONSTRUCTION
- Notice Date
- 6/2/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USGS OAG SACRAMENTO ACQUISITION BR. MODOC HALL, CSUS 3020 STATE UNIVERSITY DRIVE EAST SACRAMENTO CA 95819-6027 US
- ZIP Code
- 00000
- Solicitation Number
- G16PS00509
- Response Due
- 6/17/2016
- Archive Date
- 8/17/2016
- Point of Contact
- Caravelli, Jeffrey
- Small Business Set-Aside
- Total Small Business
- Description
- USGS SITKA MAGNETIC OBSERVATORY ELECTRICAL AND MECHANICAL UPGRADE, CONSTRUCTION PHASE The USGS operates the Sitka Magnetic Observatory at: 500 Geodetic Way Sitka Alaska 99835 There is an Office/Quarters building ("Big House"), a Small Quarters building ("Small House") and a Garage on-site. There are also a number of smaller buildings that are used for scientific studies and observations. These buildings were constructed in 1940 to establish a Geomagnetic Observatory. The Observatory is used to study the Earth's magnetic fields and generate vital geomagnetic data that is used internationally. The scope of this effort is electrical, mechanical, and insulation upgrades. The Big House needs to be rewired. Old wiring will be abandoned in the walls and new surface-mounted wiring will be installed to code, including outlets, switches, fixtures, motion sensors, etc. Stamped electrical drawings prepared by Jensen, Yorba, Lott, Inc. of Juneau, AK are available, as is a narrative electrical statement of work. Both houses need new furnaces. A narrative mechanical statement of work, design criteria for HVAC, and proposed furnace specifications, all also prepared by Jensen, Yorba, Lott, Inc. are available, but these documents are not stamped. The Big House needs attic insulation upgraded to R49 un-faced fiberglass batt insulation, as shown in the stamped electrical drawings. USGS will provide a hazardous materials survey completed in October 2015 by Carson Dorn, Inc. of Juneau, AK as a subcontractor to Jensen Yorba Lott, Inc., and lead-based paint surveys of both structures completed in January 2010 by Braunstein Geological and Environmental Services, Inc. of Anchorage, AK. In summary, there are no asbestos-containing materials inside either structure (there are some on the exterior and roof), but there is some lead-based paint. There are currently tenants on the property who are scheduled to move out at the end of September, therefore contractors should plan to commence work shortly after they vacate, in early October. Payment protection (either a payment bond or an irrevocable letter of credit) will be required; performance bonds will not be required. The estimated magnitude of this project is $75,000.00 to $125,000.00. The Construction Wage Rate Requirements Statute (prevailing wage, formerly the Davis-Bacon Act) will apply. Contractors must be registered as construction contractors (general contractors) in good standing with the State of Alaska at the time quotations are due to be considered for award, and must comply with all applicable state-level regulations governing general and specialty trade contracting, such as subcontracting with licensed specialty trade contractors. We expect that, at minimum, a licensed electrician and a licensed mechanical/HVAC contractor will be required subcontracted trades. Additionally, because of the presence of lead-based paint, contractors and all subcontractors must be EPA Lead-Safe Certified (https://www.epa.gov/lead/getcertified) before performing any work. As stated above, we do not believe there are any asbestos-containing materials inside either structure, so contractors need not be qualified as "asbestos removal workers" under the State of Alaska's Department of Labor Occupational Safety and Health Section. If asbestos-containing materials are encountered inside either structure, the contractor shall immediately stop work, vacate the area, and notify the Contracting Officer for further direction. The USGS contemplates award of a firm-fixed price contract. The request for quotation (RFQ) package will be available no sooner than the week of 20 June 2016. Site visit opportunities will be provided upon request; prospective contractors are strongly encouraged to visit the site prior to submitting a quotation. Interested parties may contact the Contracting Officer identified below by email to be added to the interest list or to inquire about a site visit. The applicable North American Industry Classification System (NAICS, 2012) code is 236220, entitled "commercial and institutional building construction." The associated small business size standard is $36.5M in average (three year moving average) annual revenue. The applicable Product Service Code (PSC) is Z2AZ, "repair/alteration of other administrative facilities and service buildings." This immediate acquisition is set-aside for participation by small business concerns and there is no incumbent contractor. Please direct all inquiries to the Contracting Officer, Jeff Caravelli, at jcaravelli@usgs.gov. END
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00509/listing.html)
- Record
- SN04136496-W 20160604/160602234948-6e22441cc8c75f33402e2a5483430ded (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 |