Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

Y -- Remove and Replace Interior Sliding Glass Doors

Notice Date
8/9/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
70Z08418QBB501800
 
Archive Date
9/7/2018
 
Point of Contact
Barbara T. Spruill, Phone: 7576284159, Clenton A. Shanks, Phone: 7576284115
 
E-Mail Address
barbara.t.spruill@uscg.mil, clenton.a.shanks@uscg.mil
(barbara.t.spruill@uscg.mil, clenton.a.shanks@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE 70Z08418QBB501800. The Department of Homeland Security (DHS), United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) for a replacement contract to remove and replace up to (20) interior sliding glass doors under RFQ 70Z08418QBB501800. This requirement is 100% Set-Aside for Small Business. The applicable NAICS Code is 236220 for Industrial and Building Construction, with a size standard of 36.5M. The RFQ will be issued in accordance with FAR 13.3 and 36.2. The magnitude of construction is between $25,000 and $100,000. The USCG intends to award a firm fixed price contract resulting from the solicitation. The RFQ will be issued on or about 14 August 2018 with a closing date for receipt of quotations on or about 23 August 2018 at 3:00 P.M. EST. Interested parties are hereby notified that this RFQ will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-18), all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. The work consists of providing all labor, materials and equipment as required to remove and replace up to twenty (20) sliding glass doors. Contractor shall provide quote for doors as per each. Government may then elect to replace all twenty doors or any quantity as funding allows. Facility is located at USCG Communications Command 4720 Douglas A. Munro Road Chesapeake, VA 23322. SCOPE OF WORK: Contractor shall provide all materials, labor and supplies as needed to accomplish the following task: A)Door Specifications: Doors shall be designed for interior application only. Doors shall be CRL Sliding Doors Series 2000 or approved equal. Approved equal shall match all design aspects/specifications of CRL Series 2000 doors. (1)Door and frames shall be extruded architectural aluminum 6063-T5 alloy. Major door portions shall be.125". Wall thickness shall be nominal.093". Screws, nuts, bolts, rivets, and other fastening devices shall be aluminum, stainless steel. Sliding door floor track shall have a stainless steel cover cap. All perimeter fasteners shall be aluminum or steel may be used if properly isolated from the aluminum. (2)Doors both fixed and sliding panels shall be 1-3/4" deep. Stiles and rails shall be tubular sections. Sections shall be accurately joined at corners with concealed reinforcement brackets. Doors shall have snap-in stops with E.D.P.M. glazing gaskets on both sides of glass. No screws shall be exposed. Sliding panels shall be equipped with two (2) tandem ball bearing rollers. Each set of rollers shall be rated to support a minimum of 250 pounds of moving weight. (3)Hardware shall be hookbolt style with two three-pin cylinders, flush finger pulls, and adjustable tandem steel rollers. (4)Finish shall be free from scratches and other serious blemishes. Paint shall conform with the requirements of AAMA 2605. Color shall be white. (5)Door tracks, door sills and or bottom rails shall be no more than 3/8 inches in height. Bottom guide for rollers shall be recessed to prevent damage to guide. There are twelve (12) doors that have extra locking devices on them. These devices shall be removed from existing doors installed on new sliding door for that space. B)Remove existing sound absorbing materials and trim materials as needed to allow for removal and replacement of up to twenty (20) sliding glass doors. Contractor shall exercise due care not to damage sound absorbing materials or trim. Damaged materials shall be replaced at no additional cost by contractor matching existing panel colors, trim type and sound absorbing properties. Contractor shall provide and install any additional trim to complete installation for the new doors. C)Contractor shall use sliding doors with all metal frames. No plastic and or wood shall be used in door framing members. Door handling (right or left hand) shall match exactly the door it is replacing. D)Sliding doors shall be double glass with sound absorbing, insulating properties. Overall thickness of glass shall be one (1) inch. This shall be made up of two (2) pieces of glass approximately quarter inch (1/4) thick with a half inch (1/2) air gap between the pieces of glass. Glass shall be tempered. E)Contractor shall coordinate with "Operations Deck" staff for access to space and schedule replacement of doors. Government shall attempt to accommodate contractors request for access. It shall be understood that in the event of a critical mission access may be not be granted or contractor may be required to stop work and vacate the work space temporarily. Wage Determination VA20170016 is applicable to this RFQ. Telephone requests for solicitation packages and amendments will be not accepted. Please note that to be eligible for award of this contract your company must be registered in the System for Award Management (SAM) database at URL https://www.sam.gov/portal/public/SAM/ Interested offerors may obtain information on registration and annual conformation requirements via the SAM database or by calling (866) 606-8220, or for international calls, dial (334) 206-7828. Questions will be not accepted at this time; there will be a time period specified in the solicitation for receipt of questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/70Z08418QBB501800/listing.html)
 
Place of Performance
Address: Cheaspeake, Virginia, 23322, United States
Zip Code: 23322
 
Record
SN05029383-W 20180811/180809231256-345cb4b957985cbe58a0e3801fcd6607 (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.