Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2022 SAM #7478
SOURCES SOUGHT

Y -- Install Exterior Crane - Building 2454

Notice Date
5/20/2022 10:47:52 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FT SILL FORT SILL OK 73503-0501 USA
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-22-R-R009
 
Response Due
5/26/2022 12:00:00 PM
 
Point of Contact
Thomas Green, Phone: 580-442-4604, Lula M. Hill, Phone: 5804423424
 
E-Mail Address
thomas.m.green111.civ@army.mil, lula.m.hill2.civ@army.mil
(thomas.m.green111.civ@army.mil, lula.m.hill2.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Mission and Installation Contracting Command (MICC) Fort Sill, Oklahoma is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the Directorate of Public Works activities. Based on the responses to this sources sought notice/market research, this requirement will be an 8(a) direct award. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Contractor shall provide support to the Directorate of Public Works. The applicable NAICS code for this requirement is 236220, Commercial and Institutional Building General Contractors. The Product Service Code is Z2LB, Repair or Alteration of Highways, Roads, Streets, Bridges, and Railways. Interested parties are requested to submit a capabilities statement of no more than 2 (two) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2:00 p.m., CST, 26, May 2022. All responses under this Source of Sought Notice must be e-mailed to: Contract Specialist: Thomas M. Green, email thomas.m.green111.civ@army.mil and Contracting Officer: Lula M. Hill, lula.m.hill2.civ@army.mil. Disclaimer: This Source of Sought is for informational purposes only. This is not a �Request for Proposal (RFP).� This does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Quote (RFQ) or Invitation for Bid (IFB) or RFP, if any are issued. � Provide a statement including current 8(a) status and company profile to include number of employees, annual revenue history, office locations, DUNs number and CAGE code, etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Under this acquisition, MICC is requiring a project that will provide the labor, equipment, and materials to install exterior crane at building 2454 at Fort Sill, OK. The contractor will need to provide pre-engineered metal building with 10 ton single girder top running overhead bridge crane, pier foundations and electrical system in accordance with contract documents. a. Crane and Hoist shall have a minimum capacity of 10 tons. b. Hoist shall have a minimum hook (lift) height of 20 feet. c. Crane shall have a minimum bridge span (between rails) of 24 feet. d. Crane and Hoist system shall be pendant controlled. e. Pre-engineered Metal Building shall have a minimum length of 160 feet and minimum width of 24 feet, as required to provide adequate clearances for bridge rail supports. Support columns shall be located to maintain access to all bay openings in the building. f. Pre-engineered Metal Building shall be located as to clear existing building foundations and existing utilities. Approximate locations are shown on contract drawings. g. Pre-engineered Metal Building shall have roof gutters and downspouts. h. Pre-engineered building shall have 4�-0� high wall screening installed at the top of the building from the eave level down, for the full perimeter of the building in order to provide protection of the hoist and rails from wind-blown debris and rain. Screening walls shall not extend below the bottom of the crane rail supports. i. Pre-engineered building shall have bird netting, or other approved bird deterrent system, installed on the underside of the roof framing in order to deter nesting birds. Netting shall be installed to be clear of all moving components and electrical components. j. Buildings: 1) All steel connections shall be standard AISC welded or bolted connections. 2) Structural steel shall conform to ASTM A36, except tubing columns shall conform to ASTM A500, Grade B, FY=46 KSI. All steel components shall be factory prepared and primed prior to delivery to the site. 3) Roof shall be a minimum 24 gauge. Roof structure shall include all framing components of the appropriate size and spacing to meet the required design loads. Roof covering shall be factory finished corrugated metal panels. Roof covering shall have a wind up-lift resistance rating of Class 90. 4) The Contracting Officer shall select exterior colors and finishes from the manufacturer�s standard colors. 5) Buildings and components shall be designed to withstand the following loads. a) Roof live load: 20 pounds per square foot (psf) uniform load and a concentrated load of 250 pounds uniformly distributed over 2 feet square located so as to produce the maximum stress conditions. b) Seismic design shall comply with IBC 2021, UFC 3-301-01 and ASCE 7-22. c) Dead loads: Actual weight of components. d) Wind loading shall comply with the American Society of Civil Engineers Standard ASCE 7-22, Minimum Design Loads for Buildings and Other Structures. k. Foundations: 1) Pier Foundations shall be in accordance with IBC 2021 and ACI 318. l. Electrical: 1) Contractor shall provide new certified electrical drawings in accordance with the requirements of the latest edition of NFPA 70, NFPA 780, ANSI C2, Electrical New Work and specification Section 16A, ELECTRICAL REQUIREMENTS. The new certified electrical drawings shall include electrical site plan, lighting plan, power plan, electrical riser diagram, lightning protection system plan, schedules and details. 2) Contractor shall provide lighting calculations, short circuit calculations, load calculations and voltage drop calculations. 25% future growth shall be used in load calculations. 3) Certified documents prepared by the Contractor�s electrical engineer for this project shall be a complete set of construction plans, specifications and engineering calculations and analysis, which will be reviewed and approved by the government before the start of construction activities. m. ALL COMPONENTS SHALL BE OF THE OUTDOOR TYPE. n. Certified shop drawings and documents prepared by the Contractor shall be a complete set of construction plans, specifications and engineering calculations and analysis, which will be reviewed and approved by the government before the start of construction activities. o. Contractor shall perform all testing, surveying, and staking necessary to complete design and construction. 2. Electrical New Work: a. Contractor shall provide a 10 ton bridge crane in the new Pre-engineered Metal Building next to Building 2454. The 10 ton bridge crane shall be 208V, 3-phase. The control voltage for the 10 ton bridge crane shall be 120V. All crane controls shall be weatherproof. b. Contractor shall provide a new pad-mounted transformer to supply 120/208V, 3-phase, 4-wire, 60Hz secondary power to all new loads in the new Pre-engineered Metal Building next to Building 2454. c. Contractor shall provide a new riser wood pole for providing power from existing primary lines to the new pad-mounted transformer. d. Contractor shall provide a new electronic pulse meter. e. Contractor shall provide new lighting fixtures in the new Pre-engineered Metal Building. New lighting fixtures shall be controlled by switches. f. Contractor shall provide new security lighting fixtures at the new Pre-engineered Metal Building. New security lighting fixtures shall be controlled by photoelectric control. g. Contractor shall provide a new weatherproof GFCI duplex receptacle at each column of the new Pre-engineered Metal Building. h. Contractor shall provide new arresters, fused cutouts, switches, panelboards, circuit breakers, wires, conduits, junction boxes and other associated items as required to provide power to new equipment, new lighting fixtures and new receptacles. i. Contractor shall provide a new lightning protection system for the new Pre-engineered Metal Building. j. Contractor shall saw cut, remove and replace existing pavement with new pavement as required for installing underground circuits, ground rods and underground bare copper conductors of the new lightning protection system. New pavement shall match existing pavement. k. Contractor shall provide certified electrical drawings, all required plant, labor, equipment, and materials to complete all work in accordance with Electrical New Work, specifications and drawings. Special Restrictions or geographical limitations of the requirement: A 150 mile radius of Lawton, Oklahoma.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9fd02e9a11f14524991801a8c2c0b99b/view)
 
Place of Performance
Address: Fort Sill, OK 73503, USA
Zip Code: 73503
Country: USA
 
Record
SN06334342-F 20220522/220521211348 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.