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

E -- Prefabricated concrete restrooms, shower buildings- Pomona Project

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-07-T-0122
 
Response Due
8/29/2007
 
Archive Date
10/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. BID SCHEDULE LINE ITEMS: 0001: $___________________ The contractor shall provide all labor, materials, equipment, transportation, supervision and other items and services necessary to provide pre-fabricated concrete restroom structure to the U.S. Army Corp s of Engineers, Pomona Lake Project near Vassar, Kansas DESCRIPTIVE LITERATURE The Contractor shall submit descriptive literature with their bid to verify that the company can provide the types of buildings, quality of buildings, building features, and building options required in the scope of work. The descriptive literature shall also include information on the installation services provided by the company as indicated in the scope of work. Specifically the descriptive literature shall verify the following: 1. Details on Structure type and quality of construction that will verify the structure meets the specifications - See specification for requirements. 2. Verification that building is pre-fabricated - no additional assembly required other than placing on pad by the contractor and putting preassembled sections together by contractor. 3. Verification that contractor can supply all required building types and sizes - see specification. 4. Verification all building code standards in the specification can be met. 5. Verification that contractor can provide requested installation services. 6. Verification that all plumbing and electrical requirements in specifications will be met. 7. Verification that all requested optional items can be provided including types of finishes for walls and roof, vault toilet options, skylights, door locks, toilet paper dispensers, hot water heaters, etc. - See specification for details. 8. Verification that a variety of color options for the walls and roof will be available for selection after award. BUILDING DETAILS Pre-Fabricated Restroom/Shower Buildings  Pomona Project Below are general requirements for the building at Pomona Lake. 1.) Four Individual Compartments - Each with ADA Shower, Flush Toilet, and Sink, - CXT, Inc. Navajo Model, or Approved Equal: Flush toilet/Shower Building: Structure should have an approximate overall dimension of 26 W x 20 L x 12 H. A two (2) tone co lor scheme of Natural Honey exterior roof and Nuss Brown barn wood texture exterior walls. Interior walls and ceilings will be painted white. This building shall be pre-plumbed and pre-wired for interior and exterior lighting and LP tank less water heate r. Four (4) individual rooms providing family assist style accommodations will consist of shower, toilet, sink, mirror, toilet paper dispenser, hand dryer, exhaust fan, motion sensor for ceiling light and a minimum of one window and one standard skylight p er room. Access will be provided for each room via a single entry door located on each ends of the building. All facilities will meet or exceed ADA requirements including, but not limited to toilet, sink, stainless steel wall mounted handrails, shower ar ea. A handicapped accessible platform seat must be located in one corner of the shower area nearest the water control valves and showerhead. Stainless steel wall-mounted handrails should be located near the platform seat. Shower floor will be finished o r of material providing a non-slick surface material. Center floor drain will be provided for each room with sufficient slope to provide drainage of water. SPECIFICATION FOR PRE-FABRICATED BUILDINGS 1. GENERAL. This contract is for 1 building. The government will provide a level site for the buildings. All buildings shall be the same basic type  solid, reinforced conc rete, pre-fabricated, pre-engineered buildings. The buildings will not all be the same size or the have all of the same exact features. All shall meet the following criteria: Structure - Reinforced Concrete Prefabricated/Pre-assembled Concrete Buildings Types - Vault toilets, Flush Restrooms or Flush Restroom/Shower Structures both single and multiple compartments Building Code Standards  minimum wind load of 120 MPH wind load, 240 psf snow load, and seismic zone 4. Walls - minimum of 4 thick, 5000 psi, and reinforced concrete - must be connected by welded plates at each joint. Roof and floors - minimum of 5 thick, 5000 psi, reinforced concrete Building shall be equivalent to the quality and construction type to the CXT Company (800-663-5789) or approved equal Building installation - building shall be designed to be offloaded by a mobile crane with quick installation and hookup at the job site (one day or less) Building and components shall be vandal resistant The contract shall include all deliver costs and crane costs, and cost to set the building on the foundation. If required by the bid schedule, contract must include the following: Foundation construction (hole for vaults and gravel pads for flush buildings). Stubbing up all utilities (water, sewage, and electrical) from 1 foot outside building into building footprint utility chase. Final connection of utilities inside building after it is placed on the foundation. Contractor shall provide two sets of engineered stamped drawings for each building. 2. GOVERNMENT RESPONSIBILITIES. The government shall provide a level site that is identified by stakes. The site shall be clear, level, and free of overhead and/or underground obstructions. The government shall also provide access to the site for truck delivery and sufficient area for the crane to install and the equipment to perform the contract requirements. 3. WARRANTY. A minimum warranty of one year shall be provided on the building and all components. The contractor must agree to repair or replace any damage that is not due to misuse, negligence, acts of God, or accidents, or due to improper maintenance b y the user or due to the building being used outside the specifications for which such goods were designed. 4. MATERIALS. All buildings shall also have the following standard features unless otherwise specified. a. Concrete. Concrete mix design will be designed to ACI 211.1. Concrete will contain a minimum of 610 pounds of cement per cubic yard and will be a low alkali type III conforming to ASTM C-150. Coarse aggregate used in the concrete mix design will conf orm to ASTM C33 with the designated size of coarse aggregate #67. Minimum water/cement ratio will not exceed 0.45. Slump will not exceed 5inches. Air-entraining admixtures will conform to ASTM C260. Water reducing admixtures will conform to ASTM C494, T ype A. b. Reinforcement. All reinforcing steel will conform to ASTM A615 and welded wire fabric to ASTM A185. Reinforcing details shall be in accordance to ACI 318. Minimum cover of 1 on the undersurface of the floor and roof. Full lengths shall be used when possible. Bars will be cold bent  no filed bent allowed. c. Placing and Consolidating Concrete. Concrete will be consolidated by use of mechanical vibrators to accomplish compaction but not to the point segregation occurs. d. Finishing. Interior floor and exterior slabs will be floated and troweled. A light broom finish shall be applied to the exterior and interior slabs. e. Structural Joints. Wall components shall be joined together with two welded plate pairs at each joint. Each weld plate will be 6inches long and located one pair in the top quarter and one pair in the bottom quarter or the seam. Weld plates will be an chored into the concrete panel and welded together with a continuous weld. The inside seams will be a paintable caulk. The outside seams will use a caulk in a coordinating b uilding color or clear. Wall and roof will be joined with weld plates, 3 x 6, at each building corner. The joint between the floor slab and walls will be joined with a grout mixture on the inside, a matched colored caulk on the outside and two weld plate s 6 long per wall. f. Testing. The slump test shall be performed in accordance with ASTM C143. The air content will be in the range of 4.5% +/- 1.75% and checked per ASTM C231. The compressive strength of the concrete shall be tested per ASTM C39. Minimum strength shall b e 7-day 4000 psi minimum and 28-day 5000 psi minimum. A copy of the test reports shall be provided to the Government as soon as 28-day results are available. 5. PLUMBING. a. Waste and vent material will be ABS or PVC plastic. Water material will be copper tubing Type L, hard drawn. b. A gate valve will be provided at the inlet end of the water line. All water lines will be sized to provide proper flushing action for a water pressure of 40 psi. c. All plumbing will be concealed in mechanical room. d. Hose bib available in chase area. e. A main shut-off valve and drain will be provided with plumbing. f. Vitreous china toilets and urinals. Flush valve type toilet, wall hung, with siphon jet action and back spud for concealed flush valve connection. Seat shall be heavy duty solid plastic with an open front. g. Flush valve will be concealed closet flush-o-meter constructed of rough brass. Furnish valve with integral vacuum breaker and wall mounted push button. Valve will be water saver type with flow of 1.6 gallons per flush. h. Standard sink is cast iron with back splashguard, front overflow opening, equipped with brass trap and drainpipe without stopper. Sink is 20 inches wide x 18 inches front to back x 6 inches deep. Vitreous china coating. i. Water valve is self-closing water set with indexed push button. j. ADA accessible where needed. All applicable fixtures will be mounted at heights to meet ADA requirements. k. Shower will be ADA compliant. l. Showerhead will be vandal resistant, 1.5 GPM. m. A minimum 75-gallon water heater is included for the four shower units. A minimum 6-gallon electric hot water heater or instant water heater is included for a 4-toilet/2-sink restroom. n. Optional Hot water heaters. A propane, propane instant, or electric instant hot water heater shall be available as options. Hot water heater shall be of sufficient size and a quick recovery unit for continuous use of all four showers during a three-ho ur period. 6. ELECRICAL/LIGHTING. a. All wiring will be in conduit, surface mounted in service area and concealed in the user compartments. All wire shall be copper. b. A 100-amp breaker panel will be provided in the chase. c. The chase will have two 4-foot ceiling mounted HO fluorescent light fixtures. d. Restroom area will have two 8-foot, 4-bulb ceiling mounted HO fluorescent light fixtures. e. Lighting in exterior will be photocell activated. Interior and chase will be switch activated. f. Outdoor lights above doors will be 35-watt High Pressure Sodium, cast aluminum case. Photocell controlled. g. Hand dryer will be air compression type with remote motor unit. Push button switch located in cast nozzle housing with flexible hose connection blower motor, housing and nozzle. Power input 120 VAC, 7A (non-heated air). h. GFCI outlets will be placed near the sink area as designated by the Government. 7. BUILDING EXTERIOR FINISH. Contractor shall offer several different exterior wall finishes such as barnwood, split face block, stucco, exposed aggregate, batt and board, brick, and wood. The Contractor shall also offer several different roof finishes such as shake or metal-look concrete roofs. A minimum of 25 different colors shall be offered. The Government shall be allowed to choose the color after award of the contract. Two tone color for wall and roof shall be available as an option. The exteri or walls and roof shall be made of color through concrete using color additives conforming to ASTM C979. The walls and roof shall then be covered with a pure acrylic water repellent penetrating stain in the same color as the walls or roof followed by a clear an ti-graffiti sealer. 8. INTERIOR FINISHES. Interior walls and ceilings shall be painted with a modified acrylic penetrating pigment that will be white in color, unless otherwise specified. Paints will not contain more than .06 percent by weight of lead. All paints and mater ials will conform to all Federal specifications or be similar top-of-the line components. As an option, the Government shall be given the option of selecting fiberglass-reinforced panels (FRP) covering for the interior walls. . The standard floor treat ment will be a 1-part water based epoxy with a silica sand suspension to provide non-skid uniform texture that will be gray in color. Tile floors shall be available as an option if specified. 9. Vault Toilet Features. a. Vault. Vault shall be a 4inch thick, one-piece, full length and width of the building (matches the perimeter of the building) unit to support the building, screen area and snow loads evenly. The floor unit shall be one-piece to prevent panels from migr ating during freeze/thaw stress. The vault shall include a one sheet black ABS/752 virgin plastic. The vault liner shall have imbeds to attach the liner to the concrete walls of the vault. Vaults with the ABS liner shall be warranted against leaks for a period of seven years. Vault shall be 1,000 gallons capacity. Vault shall be sloped so that waste will drain to the clean out end of the vault. b. Vault Cleanout Cover. Plate for vault cleanout cover shall be ? inch thick diamond plate steel. Lid shall be hinged and configured so that it can be locked with a padlock. A neoprene gasket shall be provided around the entire perimeter of the lid to provide an airtight seal. c. Exhaust Vent Pipe. Vent pipe shall be black plastic and located on the backside of the building, always facing south. Exhaust Pipe Installation. Seal around pipe at tip and underside of roof with silicone caulk. Seal around pipe at top of slab will be accomplished by using silicone caulk. d. Riser. Riser shall be a cross-linked poly riser, handicap accessible. e. Optional Installation. Comply with all OSHA standards for excavation. Excavate to a depth that will allow the structure site to be free draining after installation is complete. Allow for a 2inch leveling course beneath the toilet vault. Finish floo r elevation will be 4-6 inches above natural grade measured at the front entrance of the exterior slab. No excavation shall be left open more than seven days unless otherwise approved by customer. All excavations left open overnight will be fenced with w ire mesh or plastic mesh fence secured to steel posts all around the excavation. Fence must be flush to the ground with maximum post spacing of 10 feet and minimum height of the fence of 36 inches. Ground at the bottom of the vault excavation shall be a minimum of three passes with a whacker-type mechanical compactor or equivalent approved by the customer. Sand or aggregate bedding material (3/8 minus crushed or screened aggregate) shall be used for a leveling course and compacted with one pass of a wha cker-type mechanical tamper or approved equal. Leveling course shall be leveled so there are no high spots in the middle of the vault bottom. Compact with second pass of the whacker tamper. Backfill using excavated material except for rocks larger than 6 inches shall not be placed within 6 inches of the exterior vault walls. Fill adjacent to the 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 approved equal. Final grade shall be flush with the top of the front slab. Topsoil from the excavations shall be used to r each final grade. Grade backfill away from the structure at a maximum slope of five percent. Areas disturbed by excavation, backfilling and stockpiling of excavated materials shall be hand raked to remove exposed rocks over one inch in maximum dimension. Oversized rocks shall be disposed of in a designated area within 200 feet of the site. Silicone caulk will be applied between the toilet riser flange and concrete floor before the toilet riser is installed. Caulking between vault and toilet floor shall be 1 x 1 Butyl tape. f. Vault units shall incorporate all aspects of Sweet Smelling Technology outlined by Briar Cook for the U.S. Forest Service. 10. ADDITIONAL STANDARD FEATURES. a. Steel Frames. Glazing will be 1/4 inch thick translucent LEXAN polycarbonate. Skylights shall be offered as an optional item. Optional metal screens laminated to the LEXAN windows shall also be offered. b. Ventilation. Wall vent will be cat into the concrete wall. Frame will be C3 x 4.1 channel steel. Louver frame 3/16 x #3 flat bar. Louver is an inverted Y, no vision 2x2x1/8 angle. All steel will be primed and painted with enamel. There will be an insect screen between louvers. c. Doors. Steel doors Flush panel type  1 ? thick, minimum 18 gauge prime coated steel panels with minimum 12 gauge internal bracing channels with polystyrene core. Door frames will be knockdown or welded type, single rabbet minimum 16 gauge prime coate d steel, and width to suit wall thickness. Three rubber door silencers will be provided on latch side of the frame. There will be three hinges per door with dull chrome plating, adjustable tension, automatic closing for each door. Door sweep will be an adjustable brush type. Door hardware shall include Grade 1, cylindrical lockset for exterior doors, ADA lever handle both inside and out. Privacy locks with push-button locks on inside shall be provided. Optional Deadbolts shall be provided as an opti on for any door. d. Mirror shall be offered  with option of either glass or stainless steel. e. Grab bars shall be provided for all handicap accessible units. They shall be 18 gauge, stainless steel. f. Toilet Paper Dispenser shall be provided for each toilet. The standard shall be ? steel with enamel finish and hold two standard rolls. Larger dispensers shall be available as an option. g. Partitions for Stalls. Partition walls will be 3-inch thick concrete. Stall doors shall be solid phenolic in a standard white color. Optional colors shall be offered. Shower stalls shall each include a phenolic bench. h. Double Coat Hook for each Stall. Each stall shall contain a stainless steel with nail in anchor, double coat hook. i. Optional Utility Room Heater. A wall mounted room heater with internal thermostat shall be offered as an option. j. Optional User Compartment Heater. Wall-mounted, tamper resistant electric heater with internal thermostat shall be offered as an option, if specified. k. Optional Solar Panel with photo cell for lighting l. Signage. Standard sign for unisex and handicap accessible on exterior of building. m. Other. Air vent at top of gable in the rear wall to allow air to escape when building is filled with water during floodwater inundation. n. Optional Skylights  one per compartment shall be offered. o. Optional Foundation preparation. Contractor shall construct gravel pad for water borne buildings as an optional item. Contractor shall provide all equipment, labor and materials to construct the pad. The pad shall be constructed using appropriate com paction of the subgrade to provide a bearing capacity of 1500 PSF minimum and compacted 6 of 3/8 crushed stone base. . p.Optional Utility Installation. Contractor shall include optional utility in stallation, including water, sewer, and electricity, as an optional item. Utilities shall be stubbed up in the building at the proper location for hook up to the building after placement and shall be run to a maximum of 10 feet outside the building footprint and stubbed off for hook up by the Government at a later date. q. Optional Utility Hook up. Contractor shall include optional building utility hook up of water, sewer, and electricity. After the building is placed, the contractor shall complete the final hook-up of the utilities from the stub-up in the building to t he water, sewer, and electric components inside or on the building. The Government will hook up utilities outside the building footprint. FAR CLAUSES INCORPORATED BY REFERENCE: 52.212-1 Instructions to OfferorsCommercial Items, 52.212-2 EvaluationCommercial Items the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered,, 52.212-3 Offeror Representations and CertificationCommercial Items, 52.212-4 Contract Terms and Conditions Required to Implement, 52-212-5 Contract Terms an d Conditions Required to Implement Statutes of Executive OrdersCommercial Items, 52.232-18 Availability of Funds This is a 100% set aside for small business. The applicable NAICS code is 238120 and the size standard is $13.0 million. Plans and specification will be provided on the solicitation. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Prior to bid, vendors must c omplete online the Representations and Certifications. To do so requires CCR Registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at http://orca.bpn.gov. One must register on the Kansas City Distric t web site in order to receive any quotations. Bids are due August 29,2007 by 2:00 PM (central standard time). Email bids to carol.w.hodges@usace.army.mil or mail hard copy to U.S. Army Corps of Engineers Attn: Carol Hodges 601 E. 12th St Kansas City, MO 64106 REQUIRED CCR REGISTRATION: Prior to bidding, vendors must be actively registered in the Central Contract Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained d, and online registration may be accomplish ed, at www.ccr.gov. By submission of a proposal, a vendor acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer to CCR clause ( either 252.204-7004 or 52.204-7) Also, Federal Acquisition Regulation (FAR) requires offerors to provide representations and certifications electronically via the BPN website at https:/www.bpn.gov/ocra/vendor as a prerequisite to receiving solicitation, to update the representations and certifications as necessary, but a least annually, to keep them current, accurate and complete, and to make changes that affect only one solicitation by completing the appropriate sections of either paragraph (j) of FAR prov ision 52.212-3 or FAR provision 52.204-8, whichever is included in the solicitation. Questions of a technical nature may be addressed to Sue Gehert at 816-389-3635. Questions of a Contractual nature may be addressed to Carol Hodges at 816-389-3732.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01372320-W 20070816/070814221827 (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.