Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

Y -- Construction of Mine Refuge Test Facility

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, WV, 25813-9426, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-46407MR1189TRIADELPHIA
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
MINE SAFETY AND HEALTH ADMINISTRATION IS SEEKING VENDORS THAT CAN PROVIDE THE FOLLOWING REQUIREMENTS. THIS IS A COMBINED SYNOPSIS/ SOLICITATION PLEASE PROVIDE YOUR PROPOSAL ELECTRONICALLY BY 3:00 P.M. LOCAL TIME ON SEPTEMBER 7, 2007. SITE VISIT IS SCHEDULED FOR AUGUST 28, 2007, 10:00 A.M. AND 1:00 P.M. PLEASE CONTACT HARRY FOOSE AT 304-547-2056 OR DAVE DIEGMILLER AT 304-547-2041 TO MAKE ARRANGEMENTS. QUESTIONS ARE DUE BY 10:00 A.M. LOCAL TIME ON AUGUST 31, 2007 TO och.william@dol.gov or hampton.katheryn@dol.gov. FAR construction clauses will added as an admendment to this solicitation. MSHA STATEMENT OF WORK (SOW) 1.0 General. The contract is to provide for site preparation and construction of a pre-engineered metal building at MSHA?s Approval and Certification Center. 1.1 Introduction. The contractor is to provide all required site preparation to locate the building in close proximity to the existing Building 6 (Maintenance Building). The contractor is to provide all materials, labor, equipment, and supervision to complete the building. The general guidance for building specification and reference to determine suitability in absence of other specification will be building codes recognized by the General Services Administration. One source of the code requirements is http://www.wbdg.org/index.php. 1.2 Background. The MSHA Approval and Certification Center (A&CC) facility is government owned and located in Triadelphia, WV. The facility encompasses 96 acres of grounds with six office and/or laboratory buildings. The proposed building is to be used for testing, examination, and evaluation of mine refuge chambers and other special testing of mining safety systems as required. This may include long term deployment of the mine refuge chamber and monitoring with instrumentation and cameras. 1.3 Objectives. To have a secure and weathertight facility adequate to permanently establish and operate the testing and research laboratory developed by the Center?s Applied Engineering Division. This laboratory is temporally located with the existing explosion testing building and is impeding the efficient testing of backlogged mining equipment certification requests. To also allow for the deployment and evaluation of prototype mine refuge chambers. The chambers will range from small and compact to very large and extensive. The testing will require a facility that allows safe application of differing test conditions for long periods of time. Review and evaluation may require man testing be performed and space must be suitable for monitoring to ensure the safety of test subjects. MSHA has been charged to perform testing and evaluations quickly and completely to enhance the safety of underground coal miners. The proposed testing building is necessary to allow the Center to be prepared to start this innovative program at the earliest possible date and approve the refuge chambers for use 1.4 Scope. This contract is to provide all costs related to construction of a test building at the designated site. The work is weather dependent and is anticipated to be performed during an agreed upon time between the government and vendor. Needed utilities such as water and electricity will be provided by the government at the facility. The center will provide the appropriate staff such as guards and maintenance personnel as necessary for the oversight of the work effort. The contractor will provide labor, materials, and waste disposal as appropriate for this project. 1.5 Contract Type. Firm Fixed Price Contract 1.6 Place of Performance/Hours of Operation. The facility where the work will be performed is government-owned and is identified as The Approval and Certification Center. The location of the building is to be within the Center?s confines at the following address: MSHA Approval and Certification Center Industrial Park Road Triadelphia, WV The Center is located just off the Dallas Pike exit of Interstate 70 near Wheeling, WV. Directions to the Center can be found on the web at the following address: http://www.msha.gov/TECHSUPP/ACC/directions.pdf The Center operates a nominal schedule of 8:00 a.m. to 4:30 p.m. Other hours of access can be arranged by special request. 1.7 Period of Performance. The period of performance for this project is only the time needed to successfully complete the outlined work and be acceptable to the government. Once begun work should be continuous and intended to complete the task in a short amount of time. 1.8 Privacy Act. Work on this project does not require that personnel have access to Privacy Information. 1.9 Personal Service. The client has determined that use of the GSA contract to satisfy this requirement is in the best interest of the government, economic and other factors considered, and this task order is not being used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled ?Personal services contract?. 1.10 Security. The security level of this project is unclassified. l.11 Key Personnel. 1.11.1 The Contracting Officer?s Representative (COR) and alternate is identified under Section 1.16 Points of Contact. 1.11.2 The contractor shall identify key personnel in the building proposal. NOTE: Key personnel may not be removed from the task without express approval of the Contracting Officer?s Representative (COR). The COR will attach a copy of the request and determination to the project. 1.12 Quality Control. The contractor shall provide a description of their Quality Control plan to the client. 1.13 Warranty The Metal Building System, composed of framing and structural members, roofing and siding, gutters and downspouts, accessories, fasteners, trim, and miscellaneous building closure items such as doors and windows (when furnished by the manufacturer) shall be warranted as described below against material and workmanship deficiencies, system deterioration caused by exposure to the elements and service design loads, leaks and wind uplift damage. Any emergency temporary repairs conducted by the owner shall not negate the warranties. Prime Contractor's Weathertightness Warranty The Metal Building System shall be warranted by the Contractor on a no penal sum basis for a period of five years against materials and workmanship deficiencies; system deterioration caused by exposure to the elements and/or inadequate resistance to specified service design loads, water leaks, and wind uplift damage. The Metal Building System covered under this warranty shall include but is not limited to the following: framing and structural members, roofing and siding panels and seams, interior or exterior gutters and downspouts, accessories, fasteners, trim, flashings and miscellaneous building closure items such as doors and windows (when furnished by the manufacturer), connectors, components, and fasteners, and other system components and assemblies installed to provide a weathertight system; and items specified in other sections of these specifications that become part of the metal building system. All material and workmanship deficiencies, system deterioration caused by exposure to the elements and/or inadequate resistance to specified service design loads, water leaks and wind uplift damage shall be repaired as approved by the Contracting Officer. This warranty shall warrant and cover the entire cost of repair or replacement, including all material, labor, and related markups. The Contractor shall supplement this warranty with written warranties from the installer and/or system manufacturer, which shall be submitted along with Contractor's warranty. However, the Contractor is ultimately responsible for this warranty. The Contractor's written warranty shall start upon final acceptance of the facility. Manufacturer's Material and/or System Weathertightness Warranties The Contractor shall furnish, in writing, the following manufacturers material warranties to the Contracting Officer which cover all Metal Building System components: a. A manufacturer's 20 year material warranty warranting that the specified aluminum, zinc-coated steel, aluminum-zinc alloy coated steel or aluminum-coated steel will not rupture, structurally fail, fracture, deteriorate, or become perforated under normal design atmospheric conditions and service design loads. Liability under this warranty shall be limited exclusively to the cost of either repairing or replacing nonconforming, ruptured, perforated, or structurally failed securement system including fasteners and coil material. b. A manufacturer's 20 year exterior material finish warranty on the factory colored finish warranting that the finish, under normal atmospheric conditions at the site, will not crack, peel, or delaminate; chalk in excess of a numerical rating of eight, as determined by ASTM D 4214 test procedures; or change colors in excess of five CIE or Hunter Lab color difference (delta E) units in accordance with ASTM D 2224. Liability under this warranty is exclusively limited to replacing the defective coated material. 1.14 Packaging/Packing/Shipping Instructions. N/A 1.15 Applicable Documents. N/A 1.16 Points of Contact. Contracting Officer?s Representative (COR) Mr. David Diegmiller MSHA ? Approval and Certification Center Rural Route 1, Box 251 Triadelphia, WV 26059 Phone: 304.547.2041 Fax: 304.547.2044 Diegmiller.David@dol.gov Alternate Contracting Officer?s Representative (COR): Mr. John Faini, Center Chief MSHA ? Approval and Certification Center Rural Route 1, Box 251 Triadelphia, WV 26059 Phone: 304.547.2029 Fax: 304.547.2044 Faini.John@dol.gov Client's Security Officer. N/A MSHA Invoice Address Name Denver Finance PO Box 25367 Denver CO 80225 Phone: 303.231.5409 2.0 Definitions & Acronyms. 2.1 A&CC ? Approval and Certification Center 2.2 COR ? Contracting Officer?s Representative 2.3 GSA ? General Services Administration 2.4 MSHA ? Mine Safety and Health Administration 3.0 Government Furnished Items. The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. Contractor will confine activities to the site of construction and work cooperatively with Center personnel. The Government will provide the following: Initial familiarization/orientation will be provided on site. Basic electricity and water service. Guard service. 4.0 Contractor Furnished Items. The contractor will provide all labor, materials, equipment, and waste disposal as required to complete the project within scope.. 5.0 Section 508 Requirements. N/A 6.0 Specific Requirements. The building shall be approximately 50 feet wide by 50 feet deep. In the interest of cost and best fit to the proposed building site, dimensions may be adjusted. The floor space shall not be less than 2400 square feet. Interior roof height shall be not less than 20 feet. The roof should be sloped with a pitch of 4 by 12. The basic components of the building will be steel panels on a rigid steel frame. The panels will be a minimum of 26 gage steel on the exterior surface and both roof and wall panels will have an inner metal liner. Contractor will provide building system, complete with structural framing (Columns, rafters, struts, purlins, girts, bracing), and prefinished roofing, siding, roof and wall insulation, building canopies, metal flashings, trim, gutters, downspouts, fasteners, roof and wall accessories and other components and material required for a complete installation. Thermal resistance of insulation shall be not less than the R13 for the roof and R10 for the walls. Insulation shall be a standard product with the insulation manufacturer, factory marked or identified with insulation manufacturer's name or trademark and R-value. Identification shall be on individual pieces or individual packages. Roof and wall insulation shall have an Underwriter?s Laboratory rating for fire resistance as required by local codes. Install roof and canopy panels in such a manner to permit drainage to eaves of building, with panel ends square to eave. Install wall panels with vertical edges plumb. Arrange and nest sidelap joints away from prevailing winds when possible. Apply panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to grid lines. Protect factory finishes from mechanical damage or abrasions. Install approved type closures to exclude weather. Install weather seal under ridge cap. Flash and seal roof panels at eave, gable and perimeter of all openings through roof and elsewhere as required or shown on drawings. Flash and/or seal wall and liner panels at perimeter of all openings, under eaves and gable trims, along lower panel edges, and elsewhere as required or shown on drawings, as applicable. Remove all fastener or cut shavings from roof and wall as erection is completed. The ground surrounding the building shall be graded so as to slope away from the exterior walls to provide for drainage. The junction between the foundation and sidewalls shall not be less than 4? above grade. The floor shall be concrete not less than 6? thick with number 4 steel rebar reinforcement on two foot by two foot centers. Control and expansion joints will be located at symmetrical locations and be finished to floor level. Floors will be finished level and smooth. Concrete will be minimum 4000psi compressive strength. The floor will be supported by base of compacted stone not less than 6 inches thick. A plastic vapor barrier will be installed between the stone and concrete. In floor drains (grated troughs) will be provided approximately 4 feet inside both the garage door areas, centered with the door openings and each extend approximately 12 feet. Drains will be connected to piping extended to storm drains existing in area of building. A concrete apron equal in strength to the floor will be provided from the garage door openings to existing concrete road surface. The front wall shall include two electrically operated coiling type roll up garage doors 16 feet high by 14 feet wide. Garage doors shall be insulated. Insulation will be enclosed within an inner metal liner. Each door shall be provided with a pneumatic safety device extending the full width of the door and located within a U-section neoprene or rubber astragal mounted on the bottom rail of the bottom door section. Device shall immediately stop and reverse the door upon contact with an obstruction in the door opening during downward travel and shall cause the door to return to full-open position. Safety device shall not be a substitute for a limit switch. Safety device shall be connected to the control circuit through a retracting safety cord and reel. Electric door-operator assemblies shall be the sizes and capacities recommended and provided by the door manufacturer for specified doors. Assemblies shall be complete with electric motors and factory-prewired motor controls, gear reduction units, solenoid-operated brakes, clutches, remote-control stations, manual or automatic control devices, and control of stations and accessories as required for proper operation of the doors. Operators shall be so designed that motors may be removed without disturbing the limit-switch adjustment and without affecting the emergency auxiliary operators. A manual operator of crank-gear or chain-gear mechanisms with a release clutch shall be provided to permit manual operation of doors in case of power failure. Emergency manual operator shall be so arranged that it may be put into and out of operation from floor level, and its use shall not affect the adjustment of the limit switches. An electrical or mechanical device shall be provided which will automatically disconnect the motor from the operating mechanism when the emergency manual operating mechanism is engaged. Interior remote-control stations shall be full-guarded, momentary-contact three-button, heavy-duty, surface-mounted NEMA ICS 6 type enclosures as specified. Buttons shall be marked "OPEN," "CLOSE," and "STOP." The "CLOSE" button shall be the type requiring a constant pressure to maintain the closing motion of the door. When the door is in motion and the "STOP" button is pressed, the door shall stop instantly and remain in the stopped position; from the stopped position, the door may then be operated in either direction. Exterior control stations shall be full-guarded, momentary-contact three-button standard-duty, surface-mounted, weatherproof type, NEMA ICS 6,Type 4 enclosures, key-operated, with the same operating functions as specified herein for interior remote-control stations. A standard three foot entrance door with security glass window will also be provided. Install door and frame straight, plumb, and level. Securely anchor frames to building structure. Set units with 1/8" maximum clearance between door and frame at jambs and head, and 3/4" maximum between door leaf and floor. Adjust for proper operation. Door will be equipped with operating hardware and lock. Inner operator will be full width bar or lever. A 6? by 6? concrete step down pad will be provided at the entrance door. Powered ventilation fans with louvered closures will be provided at the roof peaks in the front and back walls. Panels for louvers shall be field cut and located. Install plumb and level, in compliance with requirements of final shop drawings. Anchor securely in final location with perimeter sealed with approved sealant used for trim and flash or roof panels. Adjust louver blades to operate smoothly and easily, without binding, and to be weather tight when in closed position. Fans will be controlled by independent switches. The vendor will provide and install radiant type natural gas fueled tube heaters with thermostat control. The heater capacity will be sufficient to maintain the interior temperature at 70? on a zero degree day. No less than two separate heaters will provided. Gutters will be installed along the roof and connected to downspouts at each corner. Downspouts will be routed to underground drainage pipes connected to existing rainwater drains. A minimum four inch plastic pipe suitable for a sanitary sewage connection will be installed under the floor and terminated with a floor level fitting in one corner of the building. The sanitary drain will be connected to existing service near Building 6 and be marked on the surface. A one inch diameter water supply pipe will be installed to provide potable water service. The water supply pipe will be run within a plastic pipe conduit and be terminated with a properly supported quarter turn shut off valve approximately one foot above floor level The supply line will be installed under the floor and be connected to existing service near Building 6 and be marked on the surface. A minimum 200 amp single phase electrical service will be provided. Weatherhead, metal conduit and service entrance cable will be installed. Circuit breakers for both 110 volt and 22 volt circuits will be provided. A minimum of 6 high pressure sodium or other high efficiency light fixtures will be installed to provide ambient lighting. Two receptacle electrical outlet boxes will be located along the interior walls. A minimum of four separate equally balanced circuits will provided power to the receptacles. All wiring must be done in accordance with the National Electrical Code. A separate entrance for three phase 440 volt electrical service will be installed. Three phase circuit service entrance cable will be minimum 200 amps capacity and terminate in suitable enclosure. After the building is sited and orientation determined, an exterior concrete pad 10 feet wide and adjoining the building for 10 feet will be placed at a location suitable to MSHA. This pad will be covered by a post supported lean-to type roof compatible with the building appearance and securely attached to the side wall providing a minimum 8 foot clearance above the pad. This area will be designated for storage of compressed gases or chemicals Touch-up all abrasions, scratches, field welds or other damages in shop-coat or factory-finished painted surfaces consistent with shop coat, or factory-finished painting. Provide finish coats which are compatible with metal building manufacturer's shop coat paints if required. Clean-up all work areas and proper disposal of all refuse from project 6.1 Task Description. All work of site preparation, construction, and finishing will be in accordance with generally recognized codes and standards. The specific codes and standards for construction of pre-engineered metal buildings will be used to determine suitability of any component or assembly unless other specification is made. Contractor will work with the Contracting Officer?s Representative to bring forth and resolve any potential areas of dispute prior to performance of work. 6.2 Proposal Submission. The Government will request proposals for this task utilizing the FedBizOps Web-based System. To receive a potential Request For Proposal (RFP), the potential offerors shall register their organization and their authority to submit quotes at the following Web Site: The contractor shall submit a written cost and technical proposal for consideration before the due date and time for this RFP. Proposal shall include a photograph or drawing representing the appearance of the finished building. If the proposal is for a Firm Fixed Price Type of Task Order, the contractor shall submit a payment schedule as part of the cost proposal. 6.2.1 Travel. As part of the Cost Proposal, the contractor shall provide any anticipated travel costs, if known, to include: origination; destination; number of trips; number of persons; and a breakdown of lodging, meals, transportation and related costs. Actual expenses are limited by the Government Travel Regulations and must be pre-approved by the client. 6.2.2 Other Direct Costs (ODCs). The contractor shall provide a breakdown of any ODCs in the Cost Proposal. The breakdown shall include an identification of any ?open market items" or the contracting vehicle used for the ODCs. 6.3 Deliverables and Reports. In addition to the applicable requirements, the contractor shall provide the following deliverables and reports. 6.3.1 Progress Reports. N/A 6.3.2 Other Reporting Requirements. The contractor shall provide the following: 6.3.2.1 The contractor shall inform the COR in writing of the actual project starting date two weeks before the starting date. 6.3.2.2 The contractor shall bring problems or potential problems affecting performance to the attention of the COR as soon as possible. 6.4 Delivery Instructions. Work will begin on the agreed date and the contractor shall provide all labor, materials, and waste disposal at start-up. 6.5 Inspection and Acceptance. A physical inspection of the building will be made upon completion of the work. 6.6 Procedures for Payment. Billing and payment shall be accomplished in accordance with the contract. The contractor shall have the invoice certified by the COR. The contractor?s invoice will be for the entire job. Invoices submitted for payment must be accompanied by a copy of the government?s document(s) (i.e. DD250 or similar form) accepting the covered services. Failure to comply with the procedures outlined above may result in your payment being delayed. NO PHONE CALLS WILL BE ACCEPTED.
 
Place of Performance
Address: MINE SAFETY AND HEALTH ADMINISTRATION, APPROVAL AND CERTIFICATION CENTER, 251 INDUSTRIAL PARK ROAD, TRIADELPHIA, WEST VIRGINIA,
Zip Code: 26059
Country: UNITED STATES
 
Record
SN01371816-W 20070816/070814220708 (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  © 1994-2020, Loren Data Corp.