Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

99 -- Supply and install two new roll up Machine Shop doors. Site Review scheduled for July 6, 2005, 9:30 a.m., PST

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation, Lower Colorado Region Contracting Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
05SQ303212A
 
Response Due
7/8/2005
 
Archive Date
6/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation, Lower Colorado Region, Hoover Dam, Boulder City, Nevada, has a requirement to supply and install two new roll up Machine Shop doors as follows: Statement of Work for the Installation New Roll Up Machine Shop Doors 1.1 General Requirements a. The Lower Colorado Dams Facilities Office requires the services of a Contractor to furnish and installation of two new roll up doors and operators with all hardware and accessories. The doors are located in the central section of the powerhouse at the machine shop. The doors are approximately 20 feet wide and 21 feet high. 1.2 Description of the Work a. Supply and install two identical electrically operated roll up doors with all hardware and accessories. The door operators shall be heavy-duty gear operated with electric reversing edge and all low voltage field wiring. The door motors shall be powered by 460 volt 3 phase circuits. The doors shall have limit switches which stop the door in the closed and open positions. The existing doors have one push button station each, with raise, lower and stop positions. The doors shall have a chain operated manual hoist with cast iron reduction gears cable of raising and lowering the door with a minimum of effort. The doors shall have galvanized steel flat slats with end locks to maintain alignment. The doors shall be designed with wind locks to meet a 20 PSF wind load. The doors shall have oil tempered high cycle (50,000 cycle) counterbalanced springs for long lasting easy operation. The doors shall have new heavy duty guides and bottom rails with reversing edge. The doors shall have a hood/dust cover to conceal the door roll, and shall be finished in such a manner as to fill the entire door opening with no visible openings around the perimeter of the doors. All exposed surfaces inside and outside of the doors shall be finished with one coat primer paint and two coats of finish paint of a baked on semi-gloss finish in a tan color to match existing color of the doors. This work includes all adjustments to the tension, alignment of the door in the opening, lubrication of all points of friction, and a quality assurance and safety check to insure proper operation of the complete door system. The doors must have a one year unconditional warranty on all parts, material and installation. b. Hoover Dam employees will remove the existing doors once contract is awarded for installation of new doors. c. The Contractor shall furnish and deliver all materials, tools, equipment, and personnel to accomplish the work as outlined. d. The cost of all materials shall be included in the quote price. e. All work shall be accomplished in accordance with the industry standards for this work. 1.3 Clean Up The contractor shall remove from Hoover Dam all unused material; tools and debris such as concrete cores and dust or mud from drilling holes in the concrete form the construction areas at the completion of the contract. The contractor is responsible for proper disposal of all waste materials. Clean up shall be inspected by Hoover Dam employees and completed to our satisfaction before final payment is made. 1.4 Submittal Requirements a. General - The Contractor shall furnish all submittals to the Government, in accordance with this paragraph, Table 1 (List of Submittals), and the requirements in the provisions, clauses, and paragraphs of this solicitation. The word "submittals" shall be interpreted to include data, certifications, brochures, and other items furnished by the Contractor for approval, informational, or other purposes. b. Submittals.- Each item in Table 1 (List of Submittals) has been assigned an RSN (Required Submittal Number). Each submittal by the Contractor shall include all materials required for one RSN under cover of a transmittal letter. Or, at the Contractor's option, all materials required for more than one RSN may be submitted under cover of the same transmittal letter provided they are required by the same responsible code. The Contractor's transmittal letter shall also include the following: (1) Reference to Bureau of Reclamation contract numbers. (2) Complete list of RSN(s) for which material is being submitted. (3) List of materials being submitted under each RSN. Data required for commercial products, parts, or equipment shall be marked to indicate complete identifying data giving the manufacturer's name, type, model, size, and characteristics of the product or equipment. c. Address - The Contractor shall provide the submittals to the address listed below as required by Table 1 (List of Submittals): Bureau of Reclamation Planning and Engineering Office Director Attn: LCD-2220 P.O. Box 60400 Boulder City, Nevada 89006-0400 d. Cost - All costs of furnishing submittals shall be at the Contractor's expense and shall be included in the price bid schedule for other items of work. Table 1 - List of Submittals RSN, Item, Reference provision, clause, or paragraph, Submittals required, Due date or delivery time 01-Design, furnish & install new components. 1.1, 1.2.a, b, c, d, e, f, g, h, and i. List description, catalog sheets and specifications of new components designed, furnished and installed. Approved drawings, electrical schematic diagrams, electrical wiring diagrams, and maintenance books for the new doors. Within 5 calendar days after installation. 2. LOCAL CONDITIONS 2.1 Access to the Construction Work Site a. The hours that the construction site will be available for work will be from 6:30am to 5:00pm, Monday through Thursday, except holidays. b. The Contractor shall coordinate access to the construction site area with the contact person. c. Parking is extremely limited and the Contractor shall be restricted to two (2) vehicles and may be restricted as to the type of vehicles that may have access. The Contractor shall use parking areas adjacent to the construction work area as approved by the contact person and shall not block traffic with parked vehicles, equipment, and/or materials. Additional area for the Contractor's use shall be provided at an area near the Government warehouse on U.S. Highway 93. d. The Contractor shall place identification labels, with the Contractor's name, on the windshield of their vehicles parked at the construction work area. This shall not be required if the Contractor's name is prominently displayed at some other location on the vehicle. 2.2 Security and Identification of Contractor Personnel a. The operation of Hoover Dam and Power plant requires continuous and effective security measures. Such security is carried out by a Federal guard system, and the security regulations provide for controlled access to certain restricted areas including switch yards, power plants, and other critical areas. These restricted areas are designated and may be modified or changed by the COTR as necessary for Contractor's access. The Contractor shall be responsible for insuring that its employees comply with all established security rules and regulations including, but not restricted to, the following: b. Construction Work Areas - All areas where work is required under this contract are designated as construction work areas. The COTR shall designate suitable access ways to construction work areas for use by Contractor personnel. Unless specifically authorized, Contractor personnel shall be restricted to these areas. It shall be the Contractor's responsibility to insure that its personnel remain only in these designated areas. c. Restricted Areas - Contract personnel shall not be permitted to enter established or designated restricted areas unless so authorized by the COTR. Such entry shall be in accordance with and subject to the security regulations established in the area. It shall be the Contractor's responsibility to insure that its personnel shall not enter these areas unless authorized as set forth above. d. Identification of Contractor Personnel - It shall be the Contractor's responsibility to insure that its personnel comply with the identification requirements. e. Identification badges shall be furnished by the Government. All other costs of complying with the above paragraphs shall be at the Contractor's expense and shall be included in the price bid schedule for other items of work. f. The contractor will be issued keys and a key card to access the work site. These keys and key cards will be returned to the COTR at the completion of work. If keys are not returned, charges will apply at a rate of $5000.00 per key; will be deducted from final payment. 2.3 Government Furnished Facilities and Equipment a. Facilities - The following Government facilities shall be available, upon request by the Contractor, at no charge for use in the performance of service and repairs as outlined in this statement of work: (1) Water - Approximately 80 psig. (2) Sanitary facilities - Existing restrooms. (3) Electrical power - Single phase, 60-hertz, alternating current at approximately 120 volts. (4) Compressed air - Pressurized air lines 80-100 psi LPA. b. Location - The locations of the facilities shall be shown during the prequote site visit or after the award of the contract. Facilities are provided on an as-is, where-found basis. The Contractor is responsible for being cognizant of the location of the facilities. c. Cost - The cost of furnishing necessary materials, equipment, and labor for conveying water, power, and/or air to the construction work area shall be included in the price bid. These shall remain the property of the Contractor and shall be removed from the construction work area by the Contractor upon completion of work. 2.4 Other Contracts a. The Government may undertake or award other contracts for additional work in or around the construction work area. The Contractor shall fully cooperate with the other Contractors and with Government personnel and shall make reasonable efforts to adapt and conform to their schedule and performance of the work under this statement of work to accommodate the other work, heeding direction that may be provided by the Contracting Officer. 3. SAFETY a. The Contractor shall comply with the Bureau of Reclamation manual Reclamation Safety and Health Standards (RSHS), 1993 Edition. The Contractor may order the RSHS manual (Stock item GPO-024-003-00178-3) from: The Government Printing Office Superintendent of Documents North Capitol and H St. N.W. MS-SSMC - Room 566 Washington, D.C. 20401 b. The Contractor may also download or view the electronic version of the RSHS manual at no charge from the Lower Colorado Region's web site at: http://www.pn.usbr.gov/contracts/RSHSText.pdf c. The contractor will be required to sign and abide by the instructions in a special use permit spelling out what areas of the dam and power plant that the contractor is allowed to be in. This special use permit will all so identify any unusual hazards that might exist in the construction areas. The special use permit will also include any clearances required for safe completion of work. 2.5 There will be a site review of the existing doors conducted at 9:30 am at Hoover Dam on July 6, 2005. Prospective bidders should meet at the flag pole area on top of Hoover Dam at 9:30am Pacific Standard Time on the day of the site visit and will be escorted to the area of the doors. 2.6 Terry Warner will be the contact person for this work, he can be reached at: Hoover Dam Boulder City, Nevada 702-293-8282 twarner@lc.usbr.gov Monday through Thursday after July 4. This requirement is being procured under Simplified Acquisition Procedures and is set aside for small businesses. The North American Industry Classification Systems (NAICS) code is 321911and the size standard is 500 employees. Effective October 1, 2003, prospective vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. Lack of registration in the CCR database will make an offeror ineligible for award. The Central Contractor Registration Handbook and information on the registration process can be obtained via the CCR website, http://www.ccr.gov or by calling 1-888-227-2423. Quotes are due July 8, 2005, by 4:00 P.M., PST, and may be faxed to Carmen Bernhardt at (702) 293-8050 or e-mail: cbernhardt@lc.usbr.gov. Please contact Carmen Bernhardt at (702) 293-8601 for any questions. A Request for Quote is published to facilitate submittals of quotes through electronic commerce, and to view all applicable clauses.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=138716)
 
Place of Performance
Address: Lower Dams Facilities Office Hoover Dam, Highway 93 Boulder City, NV
Zip Code: 89006
Country: USA
 
Record
SN00836353-W 20050626/050624212340 (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.