Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

Z -- REPLACEMENT OF INTERIOR AND EXTERIOR SECURITY DOORS

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Commander, Naval Network Operating Command, NCTAMSLANT, Supply and Fiscal Department 9625 Moffett Avenue, Norfolk, VA, 23511
 
ZIP Code
23511
 
Solicitation Number
N62470-03-Q-0003
 
Response Due
6/30/2003
 
Archive Date
7/15/2003
 
Point of Contact
Linda Mathews, Contract Specialist, Phone 757-445-9704, Fax 757-445-9375,
 
E-Mail Address
mathewsl@nctamslant.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items. Proposals are hereby requested under RFQ N62470-03-Q-0003, a subsequent solicitation document will not be issued. Acquisition Department at NCTAMS LANT Norfolk, Virginia intends to purchase the following items and service: STATEMENT OF WORK (Revised 6/10/03) REPLACEMENT OF INTERIOR AND EXTERIOR SECURITY DOORS AT M-51 NCTAMSLANT NORFOLK, VA DESCRIPTION: This requirement is to replace 17 single and double doors and demo one door at Bldgs. M-51 and M113 at the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMSLANT), 9625 Moffett Avenue, Norfolk, VA on the Naval Station Norfolk. SCOPE OF WORK: Contractor is to provide all materials and equipment necessary to perform the following tasks: Demo doors and or frames IAW Door Schedule (provided). Doors #1004, 1007, 1011, 2012, 2013, F015, F016, F020 and 2018 are single doors. Doors #1001, 1002, 1003, 1005, 1006, 1009, 2014, 2017,1025 are double doors. Install new high security fire rated steel frames and doors IAW door schedule provided. NOTE: All doors shall have matching hardware. Repair or patch any block or concrete walls that may be damaged from the removal or installation of the frames. Prime & Paint (1 coat of primer, 2 coats of finish coat) all repaired block or concrete walls, and replaced doors and frames. Doors and frame color shall be chosen by tenant. All doors, frames and associated hardware shall be installed IAW Manufacturer?s printed instructions. None of the exterior doors shall exceed air leakage limits described in ASTM E 283. NOTE: If a door is scheduled to receive panic exit devices, the latch device can be concealed. All exterior doors shall use compression weather-stripping. Weather-stripping shall be either vinyl, neoprene, silicone rubber or polyurethane inserts. Provide full contact weather-tight seals. Doors shall operate without binding. All door framing system shall insulate against effects of smoke, fire and heat transfer from either side. Formed steel retainers shall be used for all exterior doors and shall conform to ASTM A527. Each new exterior door shall be steel framed and conform to ASTM A501with solid core and a new threshold installed. Use type J35100 threshold or equal with vinyl or silicone rubber insert in face of stop for exterior doors opening out. Extend thresholds the full length of the opening and notch for jamb stops. Set threshold in full bed of sealant and anchor to the floor with cadmium-plated, countersunk steel screws. Each exterior door shall have 4 ?? x 4 ? heavy weight hinges IAW BHMA A156.1. Install loose pin hinges so that pins will be nonremovable when door is closed. All door locks shall have interchangeable cores by Best Lock Corp (current locks within the command) or compatible. Mortise locks and latches IAW BHMA A156.13. Furnish 3 keys for each interchangeable core. Number each key. Provide a key control system to match each key to corresponding door. All doors with maglocks shall have pull handle with plate only. Exit device shall be a Touchsense bar . All existing maglocks shall be reattached and in verifiable working order. IAW ?Door Schedule? interior doors shall have a aluminum anodized kickplates installed. IAW ?Door Schedule, doors with glass shall have 1/4? security glass with wire mesh. (see door schedule for glass size) Replace all cove base where it was necessary to remove to install doorframe. Match existing color and size. Replace all existing door signs with like signs located on existing doors to be removed, or as indicated by tenant . Demo door and frame #2018 located in penthouse. Block opening, prime and paint to match existing surface. Demo louver vent located over door #1007. Block open, prime and paint to match existing surface. Demo frame. Doorway #1010 (located next to EKMS vault) is a double door frame without a door. Remove frame and threshold. Repair wall with like materials, prime and paint. Remove threshold and patch floor. Install new tile (VCT) matching as close as possible to existing tile. Tenant will chose tile from selections provided by Contractor. Repair, patch, paint (1 primer coat, 2 top coat) any block or concrete wall that may be damaged from the removal or installation of the frames. STANDARD STEEL DOORS ANSI A250.8, except as specified otherwise. Prepare doors to receive hardware as indicated. Exterior doors shall have top edge closed flush and sealed to prevent water intrusion. Doors shall be 44.5 mm 1 3/4 inches thick, unless otherwise indicated. Install new door hardware IAW manufacturer?s printed instructions. All exterior door hardware shall have a BHMA 630 finish (stain stainless steel). All interior door hardware shall have a BHMA 612 finish (stain bronze). Exposed parts of door Closers shall have finish to match lock and door trim. Prep and paint to match any doorframes not replaced with new door installation. Labels: Fire doors and frames shall bear the label of Underwriters Laboratories (UL), Factory Mutual Engineering and Research (FM), or Warnock Hersey International (WHI) attesting to the rating required. Testing shall be in accordance with NFPA 252 or UL 10B. Labels shall be metal with raised letters, and shall bear the name or file number of the door and frame manufacturer. Labels shall be permanently affixed at the factory to frames and to the hinge edge of the door. Door labels shall not be painted. All doors installed shall be IAW the requirements of NFPA 80 and NFPA 105. All doors and frames shall be installed and tested according to industry standards listed in: American National Standards Institute (ANSI), American Society for Testing Materials (ASTM), Doors and Hardware Institute (DHI), Hollow Metal Manufacturers Association (HMMA), National Fire Protection (NFPA), Steel Door Institute (SDOI) and Underwriters Laboratory (UL). Provide ?Overhead Rain Drips? for each exterior door approximately 2-? projection, with length equal to overall width of doorframe. Submit with the bid package the product description, supporting manufacturers data, shop drawings, published specification and installation instructions for all types of doors. GENERAL: All materials, equipment and workmanship shall be subject to the approval of the Facilities Manager at NCTAMSLANT. The Facilities Manager must approve any deviations in requirements before any changes are done. Only experienced mechanics familiar with fire wall/door installation shall be employed. It is the responsibility of the contractor to verify all dimensions and quantities prior to start of work. Work hours are 0730-1600, Monday ? Friday. Work will be performed in a TOP SECRET secure environment and all workers will be escorted 100 percent of the time they are in the building. All workers must be U.S. citizens with proper identification documents. Technical point of contact is Larry Hinton, 757-444-8832. Contracting point of contact is Linda Mathews, 757-445-9704. SUBMITTALS: NOTE: Tenant will choose all colors, types and styles. Facilities Manager or designated representative will approve the following: Shop Drawings showing layout, profiles and product components. Doors Frames Accessories Weather-stripping Show elevations, construction details, metal gages, hardware provisions, method of glazing, and installation details. Submit manufacturer's descriptive literature for doors, frames, and accessories. Include data and details on door construction, panel (internal) reinforcement, insulation, and door edge construction. When "custom hollow metal doors" are provided in lieu of "standard steel doors," provide additional details and data sufficient for comparison to ANSI A250.8 requirements. Hardware schedule Keying system Product Data Hardware items PROTECTION AND REPAIR: Comply with all fire prevention requirements, security rules and regulations of the activity, and provide approved means necessary for the protection of all government and private property, including contents of buildings affected directly or indirectly. All work in located in a high security facility. When removing exterior or interior doors, opening must be adequately secured by end of contractors work day. All secured opening covers must be approved by NCTAMS LANT Security Officer. CLEAN UP: Remove daily all debris and other materials left over as a result of the work and leave the premises clean. Disposal of debris shall be in accordance with all local, state and federal rules and regulations. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) ANSI A250.3 (1999) Test Procedure and Acceptance Criteria for Factory Applied Finish Painted Steel Surfaces for Steel Doors and Frames ANSI A250.4 (1994) Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors and Hardware Reinforcing ANSI A250.6 (1997) Hardware on Standard Steel Doors (Reinforcement - Application) ANSI A250.8 (1998) SDI-100 Recommended Specifications for Standard Steel Doors and Frames AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 591 (1998) Steel Sheet, Electrolytic Zinc-Coated, for Light Coating Mass Applications ASTM A 653/A 653M (2000) Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvanized) by the Hot-Dip Process ASTM A 924/A 924M (1999) General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process ASTM C 578 (1995) Rigid, Cellular Polystyrene Thermal Insulation ASTM C 591 (1994) Unfaced Preformed Rigid Cellular Polyisocyanurate Thermal Insulation ASTM C 612 (1993) Mineral Fiber Block and Board Thermal Insulation ASTM D 2863 (1997) Measuring the Minimum Oxygen Concentration to Support Candle-Like Combustion of Plastics (Oxygen Index) ASTM E 283 (1991) Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences across the Specimen DOOR AND HARDWARE INSTITUTE (DHI) BHMA A115 (1991) Steel Door Preparation Standards (Consisting of A115.1 through A115.6 and A115.12 through A115.18) HOLLOW METAL MANUFACTURERS ASSOCIATION (HMMA) NAAMM HMMA HMM (1992) Hollow Metal Manual NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 80 (1999) Fire Doors and Fire Windows NFPA 105 (1999) The Installation of Smoke-Control Door Assemblies NFPA 252 (1999) Standard Methods of Fire Tests of Door Assemblies STEEL DOOR INSTITUTE (SDOI) SDI 105 (1998) Recommended Erection Instructions for Steel Frames Steel Doors SDI 111-F Recommended Existing Wall Anchors for steel doors Standard Steel Doors and Frames SDI 113 (1979) Apparent Thermal Performance of STEEL DOOR and FRAME ASSEMBLIES UNDERWRITERS LABORATORIES (UL) UL 10B (1997) Fire Tests of Door Assemblies ASTM E 283 (1991) Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors under Specified Pressure Differences Across the Specimen BUILDERS HARDWARE MANUFACTURERS ASSOCIATION (BHMA) BHMA A156.1 (1997) Butts and Hinges (BHMA 101) BHMA A156.2 (1996) Bored and Preassembled Locks and Latches (BHMA 601) BHMA A156.3 (1994) Exit Devices (BHMA 701) BHMA A156.4 (1992) Door Controls - Closers (BHMA 301) BHMA A156.5 (1992) Auxiliary Locks & Associated Products (BHMA 501) BHMA A156.7 (1988) Template Hinge Dimensions BHMA A156.8 (1994) Door Controls - Overhead Holders BHMA A156.12 (1992) Interconnected Locks & Latches BHMA A156.13 (1994) Mortise Locks & Latches (BHMA 621) BHMA A156.15 (1995) Closer Holder Release Devices BHMA A156.16 (1997) Auxiliary Hardware BHMA A156.17 (1993) Self Closing Hinges & Pivots BHMA A156.18 (1993) Materials and Finishes (BHMA 1301) BHMA A156.21 (1996) Thresholds BHMA A156.22 (1996) Door Gasketing Systems NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 80 (1999) Fire Doors and Fire Windows NFPA 101 (1997) Life Safety Code STEEL DOOR INSTITUTE (SDOI) SDI 100 (1991) Standard Steel Doors and Frames UNDERWRITERS LABORATORIES (UL) UL Bld Mat Dir (1999) Building Materials Directory UL 14C (1999) Swinging Hardware for Standard A MANDATORY SITE VISIT WILL BE HELD AT BLDG M-51 NORFOLK NAVAL BASE ON June 19, 2003 at 9:00 AM: PRIOR TO WALK THRU: ATTENDEES ARE REQUIRED TO CONTACT: L. MATHEWS 757-445-9704 PRIOR TO THE SITE VISIT. A COPY OF THE DOOR FRAME HARDWARE SCHEDULE MAY BE OBTAINED BY CONTACTING: Linda Mathews 757-443-9704 PRIOR TO THE SITE VISIT. COPIES WILL BE AVAILABLE AT THE SITE VISIT. This solicitation will be awarded under all or none conditions. Delivery will be 30 Days /ARO. FOB Point is Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2001) within this clause, the following clauses apply; 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (31 U.S.C. 3332),FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N62470-03-Q-0003), provisions and clauses which have been incorporated are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text, DFAR 252.212-7001 Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) within this clause the following clauses applies; DFAR 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7000 Buy American Act--Balance Of Payments Program Certificate (SEP 1999),DFAR 252-204-7004 Required Central Contractor Registration (MAR 2000); (a) Definitions. As used in this clause ? (1) ?Central Contractor Registration (CCR) database? means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) ?Data Universal Numbering System +4 (Duns+4) number? means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) ?Registered in the CCR database? means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested item, with unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by 4:00 Eastern Standard Time, June 30, 2003. Offers can be faxed to (757-445-9704) or mailed to; Acquisition Department, NCTAMS LANT Norfolk, 9625 Moffett Avenue Norfolk, Virginia 23511, Attn: Linda Mathews, Code N73, Norfolk, VA.23511-3392. Reference RFQ N62470-03-Q-0003, on your proposal.
 
Place of Performance
Address: NAVAL COMPUTER ANDTELECOMMUNICATIONS AREA MASTER STATION ATLANTIC, 9625 MOFFETT AVENUE, NORFOLK, VIRGINIA
Zip Code: 23511
Country: USA
 
Record
SN00344841-W 20030613/030611213655 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.