Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

Z -- Life Safety Modifications

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
04SP101573
 
Response Due
8/12/2004
 
Archive Date
6/15/2005
 
Point of Contact
Becky Bailey Contract Specialist 2083785107 bbailey@pn.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The North American Industry Classification System (NAICS) Code is 236220 Elements of the work include NAICS 238110, 238120, 238220, 238310, therefore offerors should review the requirement to determine if they can perform the work listed, and are interested in this requirement. The Pre-solicitation notice for Solicitation No. 04SP101573 is currently available. This requirement is not set-aside, and award will be pursuant to the Small Business Competitiveness Demonstration Program. The size standard is $28.5 million. The estimated price range of the work is $1,000,000 to $5,000,000. The work involves life safety modifications at Hungry Horse Dam and Powerplant, Hungry Horse Project, Montana. Principal components of the work include: 1. Demolition and Removals. The work involves cutting new openings through existing concrete slabs and walls for egress and ventilation, and core drilling existing concrete slabs and walls for piping and conduit. Also, removal of suspended plaster ceilings, suspended acoustical ceilings, suspended acoustical ceilings with asbestos, gypsum partitions, metal lath and plaster partitions containing asbestos, and metalwork with lead-based coating. 2. Construction of fire-rated barriers. The work involves closing openings in existing walls, construction of infill walls for doors installed in large openings, enclosing existing open stairwells, constructing new fire-rated egress corridors, and construction of new walls. Both fire-rated metal stud/gypsum board and concrete masonry unit (CMU) construction is required. 3. Construction of exterior reinforced concrete stair enclosure. 4. Installation of miscellaneous metal work. The work involves metal stairs and landings, handrail, guardrail, floor plate, grating, and light structural framing. 5. Removal of existing doors and frames and installation of fire-rated doors, barriers, and frames. 6. Removal of existing glazing in egress corridors and replacement with fire rated glazing. 7. Installation of replacement acoustical tile suspended ceiling systems. 8. Installation of fire and smoke dampers at new and existing openings and duct penetrations. 9. Installation of ventilation and smoke exhaust systems. 10. Installation of fire suppression system in Machine Shop. 11. Removal of existing interior luminaires and installation of interior and exterior luminaires. 12. Installation of smoke detection, visual and audible fire alarm, and opening monitoring systems. 13. Coating of all metalwork, gypsum board walls, CMU walls, and doors and frames. Competition is a prime consideration of the Government's and we ask that if during your review of the specification, you find prohibitive language please bring it to our attention immediately, and prior to the offer due date. The solicitation will be available on CD-ROM in Adobe Acrobat format and will be available on or about July 6, 2004 (this is an estimated date). To obtain a copy of the CD and be included on the planholder list, interested offerors must register on our website at www.pn.usbr.gov/contracts/construction. Visit the website to obtain further instructions about registering. If you don't provide your DUNS (Data Universal Numbering System) and TIN (Taxpayer Identification Number) on the electronic registration form, we will not send the solicitation to you. Telephone requests for the solicitation won't be accepted. There is no charge for the first copy of the CD and $15 for each additional copy requested. We reserve the right to issue the solicitation on paper if it becomes necessary. All responsible sources may submit an offer, which will be considered by this agency. Notice: Pursuant to guidance from the Office of Management and Budget and the Department of the Interior, after October 1, 2002, Government contracts will only be awarded to contractors registered in the Central Contractor Registration database. You may register on-line, easily and quickly, at www.ccr.gov/vendor.cfm.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=26350)
 
Place of Performance
Address: Hungry Horse Dam and Powerplant, Hungry Horse Project, Montana
Zip Code: 59919
Country: USA
 
Record
SN00603778-W 20040617/040615212125 (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.