Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

54 -- Provide and install a Pre-Engineered Steel Framed Metal Building

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services - R3 U.S. Fish and Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301812Q174
 
Response Due
9/12/2002
 
Point of Contact
Clark A. Bartelt Contracting Officer 6127135214 Clark_Bartelt@fws.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This SYNOPSIS for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL BE ISSUED. The solicitation number is 301812Q174 and is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-22. The North American Industry Classification System (NAICS) code is 332311, with a small business size standard of 500 employees. All responsible sources may submit a quote which will be considered. PROJECT TITLE: Supply and Install a Pre-Engineered Metal-Framed Building over Raceways at Hiawatha Forest National Fish Hatchery (NFH), 21200 West Hatchery Road, Brimley, MI 49715, located approximately 40 miles SW of Sault Ste. Marie, MI. SUMMARY: The Contractor shall provide a steel-framed building to cover the existing raceways as described herein. The work involves all appurtenant work specified and shown on contract documents, including: all design, mobilization, demobilization, labor, materials, equipment, project coordination, restoration, and submittals required. Approximate building dimensions (135 foot wide, 214 foot long, and 18 foot eave height) are dependent upon actual location of buried water piping and placement of building columns on Contractor designed footing and foundations. The Contractor shall locate and size the building to avoid existing underground water piping. The building shall be placed over the top of existing fabric raceway covers, on an existing paved surface. The building shall provide a 4-foot minimum clearance around all existing raised concrete raceways. Interior columns shall not obstruct a 12-foot wide path between adjacent raceway structures (there is a 14-foot wide path which can be reduced to 12-foot to accommodate interior support beams). The building shall provide 14-foot interior clearance height throughout the interior of the structure. Building location and dimensions must be approved by the Government prior to ordering building-size-dependent materials. LINE ITEMS: The Contractor's quotation shall provide firm-fixed prices for each item as described. Line item 0001 - This item covers the primary structural framing and all associated work necessary for its erection, including but not limited to excavation for footings and foundations, construction of concrete footings and foundations, the primary structure, secondary structural components and bracing as needed, and installation and erection as specified. This item includes all galvanized framing and rust resistant fasteners. Line item 0002 - This item covers the building roof system, including but not limited to lap-seam roof panels, overhangs, ridge venting, roof accessories, installation and erection as specified. Line item 0003 - This item covers the building side-walls including: lap-seam wall panel systems, wall accessories, chain-link wire fabric and accessories, installation and erection as specified. Line item 0004 - This item covers the building end-walls including: lap-seam wall panel systems, door framing and door rough-in, wall accessories, installation and erection as specified. Line item 0005 - This item covers the end-wall located door and operators including: overhead doors, tracks, operators, and obstruction detection devices; walk doors and accessories; and installation as specified. SITE: All interested persons are encouraged to visit the site of the proposed work. Site access can be arranged by contacting the Hatchery Manager. The Hatchery Manager may be contacted at the above referenced address or by telephone at (906) 248-5231 or (906) 437-5231. Although the drawings indicate approximate locations and dimensions, the Contractor shall field verify exact locations and dimensions for all existing structures and utilities. Site verification is required in addition to contacting any local authorities and utility companies. Soils at the project site are sandy, cohesionless, and characterized by low friction angle and low compressibility. A presumptive allowable bearing capacity of 2,500 psf may be used for soils above the water table. No work will be permitted on the site during the fish spawning season of September 1st through January 1st. On-site work may be performed between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Work scheduled on Saturdays, Sundays, Federal Holidays or other than normal working hours shall be approved in advance by the Government. Public toilets at the Hiawatha Forest NFH may be used by contractor staff. Electrical power and potable water is available on site. INSTALLATION: Soon after award of the contract and prior to delivery of materials to the site, the Contractor and any subcontractors shall attend a pre-installation conference with representatives of the Government at the project site and shall provide the following items for review: progress schedule, subcontractor's list, quality assurance plan. The Contractor shall not begin material deliveries or installation until given "notice to proceed" in writing by the Government. Installation of building systems and door systems shall be performed by the authorized representative of the manufacturer. Means and methods used in the performance of this contract must be in accordance with all applicable Federal Acquisition Regulations in addition to OSHA regulations, acceptable industry practices as recognized by societies, associations, building codes, manufacturers' specifications and any applicable state safety and health requirements. It is the responsibility of the Contractor to obtain all necessary permits. The installation of manufactured products and equipment, together with all associated parts, shall be in conformance with the manufacturer's recommendations, and any applicable building code requirements. All installations shall be complete and ready for immediate use upon completion of work. Do not proceed with utility interruptions without the Government's written permission. Provide proper erosion-control measures. Provide temporary power sufficient to demonstrate operation of electric door openers. (Installation of permanent electrical service and lighting is not included in this contract.) All foundation grades must be compacted with suitable compactors capable of compacting to several feet below the surface. Subgrade of all excavations shall be tested to identify soft pockets and areas of excess yielding. Paint exposed surfaces of factory-primed personnel doors as recommended by manufacturer; Government will select from standard colors and finishes available. QUALITY CONTROL: Restrictive-sourcing is required for the building system, whereby components and accessories shall be from one manufacturer and ancillary materials shall be of quality and from sources acceptable to this manufacturer. This same restrictive-sourcing shall also apply to overhead door systems. Contractor shall engage a qualified independent geotechnical engineering testing agency to determine soil bearing capacities as the basis for foundation design and verify 93% compaction maximum densities of all fill and backfill according to modified Proctor - ASTM D 1557. Soil tests will be performed at the building foundation areas, at subgrade, and at each compacted fill and backfill layer, at least one test for every 1000 sq. ft. (186 sq. m) or less of footing area, but in no case fewer than three tests. All concrete work shall conform to ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318, latest edition). Ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment must be used. Contractor shall use qualified welding procedures and personnel according to AWS D1.4, "Structural Welding Code--Reinforcing Steel." All work must comply with the following: ACI 301, "Specification for Structural Concrete"; ACI 117, "Specifications for Tolerances for Concrete Construction and Materials"; Steel Reinforcing Bars, ASTM A 615/A 615M, Grade 60 (Grade 420), deformed; Low-Alloy-Steel Reinforcing Bars, ASTM A 706/A 706M, deformed. SUBMITTALS: For all manufactured products and installation assemblies, the Contractor shall submit four (4) copies of the following as applicable: product data, color charts, installation procedures, maintenance instructions, and shop drawings. Differentiate between manufacturer-installed and field-installed components and between components provided by the building manufacturer and those provided by others. The Contractor shall submit four (4) copies of all guarantees, warranties and certificates to the Government prior to final payment. The Government requires a 100% warranty of materials and workmanship for a minimum period of one full year after final acceptance. The Contractor shall submit to the Government's on-site representative, one legible copy of each delivery ticket for all material delivered to the site. Delivery tickets shall show brand name, catalog number, and quantity of items delivered. Submit overhead door wiring diagrams including wiring for power, signal, and control systems. Provide shop drawings signed and stamped with seal of a registered professional structural engineer. Provide design calculations verifying that the structural performance requirements for all loading, deflection limits, and other performance requirements are met. Provide a Letter of Design Certification from the metal building manufacturer, including the following: project name and location, order number, name of manufacturer, name of Contractor, building dimensions, and design loads. SUPPLY: Provide a complete, integrated set of metal building system manufacturer's standard mutually dependent components and assemblies that form a metal building system capable of withstanding structural and other loads, thermally induced movement, and exposure to weather without failure or infiltration of water through building roof. Building system must include pre-drilled holes in all roof and wall panels. Bay Spacing shall be as determined by manufacturer. Roof Slope shall be 1":12". Building must include an eave overhang of 4 foot. Provide building system with all galvanized framing and fastening components except for stainless steel roof panel fasteners having neoprene washers. Install building and door systems complete with all necessary hardware according to manufacturer's written instructions. Provide six (6) 12 foot wide by 14 foot high Overhead Door Company "420 Series" or equal doors including counter-balancing mechanism and all other necessary hardware according to manufacturer's written instructions. Provide Overhead Door Company "model JST+, side mount" electronic door operator with sensitivity edge and hoist system, jack shaft mounted, with chain-pulley manual override, or equal. Provide four (4), 3 foot by 7 foot personnel doors and frames as standard with metal building system manufacturer with high-security type cylinders, interchangeable cores with 6 or more pins. All personnel doors shall be keyed the same. PRE-ENGINEERED BUILDING REQUIREMENTS: Engineer metal building systems in accordance with Michigan Building Code, MBMA's "Low Rise Building Systems Manual," and ASCE 7, "Minimum Design Loads for Buildings and Other Structures." Roof Loads: 80 psf due to snow allowing for unbalanced and drift loads. Wind Loads: Include horizontal loads induced by a basic wind speed corresponding to a 10-year mean-recurrence interval at project site. Collateral Loads: Include additional dead loads other than the weight of metal building system for permanent items such as electrical systems and lighting. Provide roof and wall systems that allow for thermal movements resulting from 120 deg F ambient and 180 deg F material surface temperature ranges thereby preventing buckling, opening of joints, failure of connections, and other detrimental effects (base engineering calculations of surface temperatures of materials due to both solar gain and night-time heat loss). Wind-Uplift Resistance: Provide roof panel assemblies that meet requirements of UL 580 for Class 90 wind-uplift resistance. Engineering Responsibility includes preparation of shop drawings, testing program, and comprehensive engineering analysis by a qualified professional engineer. Design all framing to accommodate deflection of primary structure, construction tolerance, and to maintain clearance at openings. Deflection Limits: Engineer framing and assembles so that deflections are no greater than L/240. DELIVERY AND ACCEPTANCE: Deliver FOB Destination on or before June 30, 2002 to the U.S. Fish and Wildlife Service, Hiawatha National Fish Hatchery, 21200 W. Hatchery Road, Brimley, MI 49715. Inspection and acceptance will be made upon the Government's determination the building meets the requirements of the specifications. Quotation shall include the price for the contractor furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to provide a building in accordance with the terms, conditions and specifications of the request for quotation. AWARD EVALUATION FACTORS: Quoters are to provide a building plan and a list of all subcontractors and suppliers to adequately address Evaluation for Award factors. Award will be made to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include: 1) Quality of components and materials, including material properties, sources, and warrantees. 2) Manufacturer qualifications and past performance. Manufacturer must be an AISC-certified firm experienced in manufacturing metal building systems similar to those indicated for this project and with a record of successful in-service performance. 3) Installer qualifications and past performance, experienced in installing metal building systems similar in material, design, and size of that indicated for this project and who is certified by the building manufacturer as an acceptable installer. Past performance evaluations of all prime and subcontractors may be based on the Government's knowledge of and previous experience with the quoter, and any proposed suppliers or subcontractors, or other reasonable basis. Quoters are to provide sufficient information necessary to demonstate qualifications and past performance requirements listed above, preferably including at least three references with contact information. The solicitation, including three reference drawings, will be provided upon request via fax to (612) 713-5151 or e-mail to fw3cgsoffice@fws.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144853&P_OBJ_ID1=82294)
 
Place of Performance
Address: Hiawatha Forest National Fish Hatchery, Brimley, MI 49715 approximately 40 miles south west of Sault Ste. Marie
Zip Code: 49715
Country: U.S.
 
Record
SN00130656-W 20020803/020801213803 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.