Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

N -- N--Delivery and Installation of concrete single and double vault campground toilets on sites at various locations on Little Pend Oreille National Wildlife Refuge (LPO NWR)

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101816Q401
 
Response Due
6/9/2006
 
Archive Date
5/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK REPLACE EXISITING DELAPIDATED AND LEAKING PIT TOILETS ON THE LITTLE PEND OREILLE NWR 1.0 SCOPE A. Construct, prep site on Little Pend Oreille National Wildlife Refuge (LPONWR), and install pre-cast concrete single vault toilet buildings at the following sites: Bear Creek Campground Bayley Lake Campground River Camp McDowell Dam Horse Camp B. Construct, prep site on LPONWR, and install pre-cast concrete double vault toilet buildings at the following sites: Cottonwood Campground River Camp at trailhead 2.0 SPECIFICATIONS Concrete work and castings must meet minimum and applicable ACI, PCI, and ASTM industry standards. 3.0 MANUFACTURER CRITERIA The manufacturer supplying the requested pre-cast concrete vault facility must meet the following: A. Manufacturer must be ISO 9001 certified at the time of bid. B. Manufacturing plant must be PCI certified at the time of bid. C. Manufacturer must not have defaulted on any contract within the last five years. D. Manufacturer must provide stamped, engineered drawings prior to acceptance. E. Manufacturer must show examples of designed pre-cast single and double concrete vault toilets produced, installed and in use as an example of their ability to perform on this contract. 4.0 DESIGN CRITERIA Concrete units must meet the following criteria. Calculations and Engineer's stamped drawings must be available upon request. The design criteria ensure that the vault toilets not only withstand the forces of nature listed below but to provide protection from vandalism and other unforeseen hazards. A. Snow Load 1. Buildings will withstand a snow load of 250 pounds per square foot snow load. B. Wind Load 1. Buildings will withstand the effects of 120 mile per hour wind load. C. Earthquake 1. Building to withstand the effects of a zone four earthquake. C. Additional Design standards 1. Buildings will be designed to meet the requirements of the sixty-inch turning radius inside toilet room specified by the American with Disabilities Act Requirements and Uniform Federal Accessibility Standards as of the date of construction. 2. Buildings will incorporate all design aspects of Sweet Smelling Technology as outlined by Briar Cook for the U.S. Forest Service available at San Dimas Technology & Development Center, 444 East Bonita Ave., San Dimas, CA 91773-3918, or call 909-599-1267 3. Single vault buildings will be one-piece full length and width vault unit to support the building, screen area and snow loads evenly. The one piece floor unit will prevent panel migration during freeze/thaw stress. This all concrete design will have a minimum 7/12 roof pitch. 4. Double vault buildings will be constructed with two, one-piece full length and width vault units to support the building, screen area and snow loads evenly. This all concrete design will have a minimum 7/12 roof pitch. Building shall be signed UNISEX/ADA for both entrances. 5.0 MATERIALS A. Concrete - General The concrete mix design will be designed to ACI211.1 to produce concrete of good workability. B. Colored Concrete Color additives will conform to ASTM C979. A 12" X 12" X 1" color sample will be available for approval. The following will contain colored concrete: a. Toilet building roof panels b. Building walls c. Screen panels C. Fittings and Furnishings All materials will be to industry standards and constructed of stainless steel or appropriate material. D. Vault liner Vault liners shall be made from a single sheet of ABS/750 virgin plastic and can hold up to 1000 gallons of waste or the equivalent of 15,000 uses per vault. The initial sheet thickness shall be a minimum .375". Final stamped thickness shall be a minimum .060". The vault liner shall have molded dovetail embeds to attach the liner to the concrete walls of the vault. The vault liner shall have two J-rails to attach the liner to the bottom of the vault. Vaults with the ABS liner shall be warranted against leaks for a period of seven years. 6.0 MANUFACTURE, FINISHING AND FABRICATION All work will be performed in accordance with industry standards and in a workmanlike fashion acceptable to the LPONWR. 7.0 TESTING Concrete tests will be performed on concrete used in the manufacture of the vault toilets. All tests will be performed in PCI certified laboratories by qualified ACI Technicians certified Grade 1. 8.0 INSTALLATION A. Scope of Work Work specified under this section includes excavation, backfill and placement of pre-cast concrete vault toilet. B. Materials 1. Bedding material to be sand or 3/8" minus crushed or screened aggregate. 2. Caulking between vault and toilet floor to be 1" X 1" Butyl tape. C. Location 1. LPO staff to provide exact staked/flagged location and aspect placement free of overhead and/or underground obstructions. 2. LPO to provide access to the site for truck delivery and sufficient area for crane installation and related equipment to perform the contract requirements. D. Excavation and Elevation 1. Contractor shall comply with all applicable OSHA Standards for excavation. 2. Excavation for installation of the toilet vault will be to a depth that will allow the structure site to be free draining after installation is completed. 3. Finish floor elevation will be 4-6 inches above natural grade measured at the front of the exterior slab unless otherwise approved by LPO. 4. Back or building shall be set slightly higher to allow water to freely drain out of toilet rooms. 5. No excavation will be left open for more than seven days. Excavations left open overnight will be completely fenced with wire mesh or plastic mesh fence secured to steel "T" posts. E. Backfill and Compaction 1. Compact the natural ground at the bottom of the vault excavation with a minimum of three passes with a whacker-type mechanical compactor or equivalent. 2. Sand or aggregate bedding material added if needed for leveling course. 3. Set vault and backfill with excavated material less cobbles and rocks. 4. Fill. adjacent to building entry, will have excavated material placed in eight inch loose lifts and compacted with a minimum of two passes with a whacker-type mechanical compactor or equivalent. F. Finish Grading 1. Excess excavated material spread from the vault around structure. 2. Intended final grade is flush with top of the front slab. Grade backfill away from structure at a maximum slope of five (5) percent. 3. Areas disturbed by excavation, backfilling and stockpiling of excavated material will be hand raked to remove exposed rocks over one inch in maximum dimension. Oversized rocks will be removed and stockpiled at a site designated by LPO. G. Vault Toilet Riser and Exhaust Pipe 1. Polyurethane caulk will be applied between toilet riser flange and concrete floor before toilet riser is installed. 2. After exhaust pipe is installed, polyurethane caulk with seal pipe at top and underside of roof and at top of slab.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=272219)
 
Place of Performance
Address: Colville, Washington
Zip Code: 99114
Country: us
 
Record
SN01059224-W 20060601/060530220812 (fbodaily.com)
 
Source
FedBizOpps 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.