Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

Z -- Completion of Histroic Railroad Trail - Tunnel No. 5 to Hoover Dam

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation, Lower Colorado Region Contracting Office (LC-3110) P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
07SQ303224
 
Response Due
9/22/2007
 
Archive Date
9/6/2008
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Bureau of Reclamation, Lower Colorado Region, Boulder City, NV, has a requirement for Furnish and Install a total of 2,800 linear feet of 6-foot high chain link fence. Statement of Work: The principal features of work to be performed include: 1) Furnish and install a total of 2,800 linear feet of 6-foot high chain link fence. Fence fabric shall be 9 gauge galvanized wire with polyvinyl chloride (PVC) coating. 2) Furnish and install 260 linear feet of 4-foot high wrought iron fence. 3) Furnish and install various sizes and types of chain link gates. 4) Modify or replace four existing gates. 5) Furnish and install traffic control devices at road crossings. 6) Furnish and install security bollards. 7) Furnish and install segmental retaining wall. 8) Miscellaneous. -- Install motion-detection lights at sites that have solar powered motor operated gates. DESCRIPTION OF WORK 1) Furnish and install a total of 2,800 linear feet of 6-foot high chain link fence. Chain link fabric shall be 9 gauge galvanized wire coated with a polyvinyl chloride (PVC) coating. Posts, top and bottom rails, fence fittings, and tension wire shall also be coated with a PVC coating. Suggested color shall be brown (also listed as "chocolate" by some manufacturers). -- Note: Majority of fencing is located near overhead power transmission lines so fencing must be properly grounded for safety. -- Note: Of the 2,800 linear feet of chain link fencing, only 400 linear feet will require barbed wire. 2) Furnish and install 260 linear feet of 4-foot high wrought iron fence. Wrought iron fence shall be commercial or industrial quality and shall be pre-fabricated 8-foot panels. Surfaces shall be coated with a rust-inhibitor primer, an industrial grade polyurethane topcoat, and a UV-resistant clear sealer. 3) Furnish and install various sizes and types of chain link gates. Includes: a. Two 12-foot commercial horizontal sliding gates with solar-powered motor operators (including back-up battery power pack) and timer controls. b. Five manual double swing gates ranging in size from 12-feet to 20 feet. c. Four manual single swing gates ranging in size from 4-feet to 10-feet. 4) Modify or replace four existing gates. Includes: a. Remove one existing 12-foot manual double swing gate and replace with a 12-foot commercial horizontal sliding gate with solar-powered motor operator (including back-up battery power pack) and timer control. b. Modify one existing 12-foot manual double swing gate to include new poles to lock gate in "open" position. Also install three removable security bollards. c. Modify one existing 20-foot double swing gate. Right half of gate will remain but shall be anchored or locked in a manner that the gate is "permanently closed". The left half of the gate will be modified to include a solar powered motor operator (including back-up battery power pack) and timer controls. Also include three permanently fixed security bollards. d. Replace one 12-foot double swing gate in the existing wrought iron fence with a 12-foot commercial horizontal sliding wrought iron gate with solar-powered motor operator (including back-up battery power pack) and timer controls. 5) Furnish and install traffic control devices at road crossings. Includes: a. Three sets of pre-manufactured speed bumps to slow down vehicle traffic at locations that the trail crosses existing roads. Speed bumps can be fabricated out of recycled materials and shall be highly visible. Color shall be orange or yellow and must have reflective tape. Warning signs for pedestrians and for traffic lanes will be provided by the Government and installed by others once the project is complete. 6) Security bollards. -- Six gates along the trail will be equipped with security bollards to prevent unwarranted access by vehicular traffic, motorcycles, and all-terrain vehicles. At four of the locations, three bollards will be spaced at 3-foot intervals and will be permanent fixtures. At two of the locations, three bollards will be spaced at 3-foot intervals but they must be of the "removable-type" so service and maintenance vehicles can access the trail as needed. 7) Segmental Retaining Wall. -- A small segment of the trail is located in a cut section and there is erosion. Contractor shall furnish and install "Keystone" blocks to construct a gravity retaining wall to prevent erosion and potential rock fall adjacent to the trail. Average height is 5-feet and length is approximately 32 linear feet. Base course of "Keystone" blocks must be anchored into a concrete footing/foundation with rebar dowels. Remaining courses of blocks shall have fiberglass or steel connection pins. Top course shall be cap blocks and shall be permanently fixed with epoxy or a grout caulking material. 8) Miscellaneous. -- At four locations with the proposed solar-powered motor operated gates, the contractor shall install the solar panels on a pole adjacent to the gate. The solar panels shall be of sufficient size to operate the gates and maintain a charge on the back-up battery system. In addition, the light pole shall be equipped with a motion-detection light fixture that is battery powered. The light must remain on for a minimum of 5 minutes per event. -- Note: At least two of the gates are located in areas that 110 volt alternating current electricity is reasonably close. The Contractor shall determine if running conduit and wiring for electric power at these sites is a better alternative to solar power. The requirement is being procured under Simplified Acquisition Procedures (SAP) and is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The North American Industry Classification Systems (NAICS) code is 238990. The size standard is $13.0 million. Large businesses are encouraged to respond in the event that no responsive received from SDVOSB or small businesses submit reasonable quotes. First priority for award will be to small businesses. The RFQ is estimated to be posted September 12, 2007 with quotes due on or before September 22, 2007, 4:30 PST. Vendors are reminded that they must be registered in the Central Contractor Registration to be considered for award. Vendors can register at www.ccr.gov. You will need your Dun & Bradstreet number and banking information. For further information, you may contact Marsha Daigle (702) 293-8149; email, mdaigle@lc.usbr.gov. For technical questions please contact David Boyd (702) 293-8137; email, dboyd@lc.usbr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=172183)
 
Place of Performance
Address: Work is located in the vicinity of Hoover Dam. Approximately 7 miles northeast of Boulder City, NV and 31 miles southeast of Las Vegas, NV in Clark County.
Zip Code: 89006
Country: United States
 
Record
SN01399236-W 20070909/070907222358 (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.