Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

Y -- RECOVERY - Install Photo Voltaic Array on Visitor Center Construction of a NEW Visitor Center

Notice Date
7/15/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181RB133
 
Response Due
9/3/2009
 
Archive Date
7/15/2010
 
Point of Contact
Robert Jacobson Contract Specialist 6127135165 Robert_Jacobson@fws.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NO. 30181RB133 RECOVERY. Partial funding for this new visitor center construction project will be made with funds from the American Recovery and Reinvestment Act ("Recovery Act") of 2009. All Installation Photo Voltaic Array work on the New Visitor Center that is funded with Recovery Act Funds will require compliance with all transparency requirements per the Recovery Act and future guidance. Funding for this project will be subject to the availability of funds. RECOVERY PROJECT TITLE: Installation of Photo Voltaic Array on Visitor Center at the Necedah National Wildlife Refuge located in Necedah, Wisconsin RECOVERY PROJECT DESCRIPTION: NECEDAH NWR VISITOR CENTER This project includes all labor, materials, and equipment required to construct a new headquarters/visitor's center. The center is approximately 11,800 square feet. The building will be built as slab-on-grade with conventional wood framing and trusses. The overall project will include but not be limited to: Site work: including earthwork, excavation for foundation and footings, backfill, underground utilities, septic sanitary systems, sidewalks, concrete curbs, asphalt pavement, electric gates, benches, boardwalk and landscaping. Carpentry: this work includes treated sills and plates, wall sheathing, partitions and roof framing including sip roof panels and wood trusses; exterior fiber-cement siding and trim pieces with aluminum fascia and soffits; manufactured or natural stone veneer accent siding; vapor and infiltration barriers; insulation; standing seam metal roofing, weathervanes; metal flashing, and vents; joint sealers; doors and frames; clad wood windows, door hardware; aluminum storefront entrances and glazing; gypsum drywall; painting and staining; lobby reception desk, coiling grilles; carpet and wood base; ceramic tile wall and floor finish and base; resilient sheet flooring; carpet; suspended acoustical ceilings; gas fireplace; concrete equipment pads; toilet partitions and bath accessories. Interior architectural woodwork: for casework, base cabinets, wall cabinets, countertops, and all related casework hardware for a complete installation; metal lockers, coat hook racks, wood benches, and boot-hanging racks. Plumbing: this work includes, but is not limited to: the supplying and installing of waste, vent and supply piping; backflow preventers; cleanouts; electric water heaters; pipe insulation; installation of sinks, lavatories, water closets, urinals, mop sinks, shower, pumps, hose-bibs, and electric water cooler. HVAC: this work includes, but is not limited to: the supplying and installing of geo-thermal wells and heat pumps, supply, return and drain piping; ductwork, louvers, piping and duct insulation, circulating pumps, radiation, radiant in-floor heating, energy recovery units, end testing and balancing, grills, diffusers, and dampers and temperature controls. Electrical: this work includes, but is not limited to: supplying and installing an primary service; panel boards, conduits and raceways; lighting protection system; wire, cable, boxes, wiring devices; light fixtures, conduit, J-boxes and cabling for telephone, and data, Fire and Security Alarms: This work includes, but is not limited to: supplying and installing of a fire and security alarm system, including smoke detectors, motion detectors, pull stations, key pads, and audible and visible alarms. This work includes the coordination with the Local Electrical and telephone Service Utility provider. It is anticipated that performance will begin in fall 2009 with a performance period of 400 calendar days after issuance of a notice to proceed with the work. A firm-fixed price contract is contemplated that will require performance and payment bonding to cover the estimated ceiling magnitude cost of the project. ESTIMATED MAGNITUDE: The magnitude of this requirement in terms of physical characteristics and estimated price range is between $5 Million and $10 Million. This procurement is issued unrestricted under the Small Business Competitiveness Demonstration Program, Public Law 100-656, and is NOT set-aside exclusively for small business concerns. For information purposes, the North American Industry Classification Code (NAICS) is 236220, Commercial and Institutional Building Construction, with a size standard of $33.5 Million. The Solicitation Package will be available via electronic commerce at http://ideasec.nbc.gov and http://www.fedbizopps.gov on or about August 4, 2009 with a Bid Opening occurring on or about September 3, 2009. The Solicitation Package will include the following: An itemized Bid Schedule, Scope of Work, Drawings, and Prevailing Wage Determination and Bid Bond Form 24. Please ensure you have a complete downloaded Solicitation Package before submitting your Bid. It is the Contractor's responsibility to ensure that they receive all appropriate solicitation documents to submit a competitive BID. Please contact Tiffany Breske, Contract Specialist at 612-713-5187 for any questions concerning this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181RB133/listing.html)
 
Place of Performance
Address: RECOVERY - U.S. Fish & Wildlife Service, Region 3, Necedah National Wildlife Refuge, Necedah Wisconsin - Juneau County<br />
Zip Code: 546467531<br />
 
Record
SN01875920-W 20090717/090715235628-e61f006fae9dc09a57c640332daa7bbe (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.