Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

Z -- RECOVERY - TO DETERMINE SYSTEM CRITERIA AND/OR DESIGN REQUIREMENTS, MEET PERMIT REQUIREMENTS (AS APPLICABLE), AND CONSTRUCT, REPAIR AND/OR FURNISH AND INSTALL ITEMS AT THE NMFS PANAMA CITY LABORATORY

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NAAJ5731916941CMM
 
Archive Date
9/18/2009
 
Point of Contact
Carey M. Marlow, Phone: (816)426-7460
 
E-Mail Address
carey.m.marlow@noaa.gov
(carey.m.marlow@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - IN COMPLICANCE WITH THE TRANSPARENCY AND ACCOUNTABILITY REQUIREMENTS ASSOCIATED WITH THE SUPPLEMENTAL APPROPRIATIONS PROVIDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA), PUBLIC LAW 111-5, THE DEPARTMENT OF COMMERCE, NATIONAL OCEANIC AND ATMOSPHERIC ADMISISTRATION (NOAA), EASTERN REGION ACQUISITION DIVISION (ERAD) IS SEEKING QUOTES FROM A CONTRACTOR TO DETERMINE SYSTEM CRITERIA AND/OR DESIGN REQUIREMENTS, MEET PERMIT REQUIREMENTS (AS APPLICABLE), AND CONSTRUCT, REPAIR AND/OR FURNISH AND INSTALL ITEMS AT THE NATIONAL MARINE FISHERIES SERVICE (NMFS), PANAMA CITY LABORATORY LOCATED AT 3500 DELWOOD BEACH ROAD, PANAMA CITY, FLORIDA 32408. Work to be performed will consist of the following: A. RECOVERY - The Contractor to determine system criteria and/or design requirements, meet permit requirements (as applicable), and construct, repair and/or furnish and install the following items at the Panama City Laboratory site. 1. Gear Storage Building (see existing building plans attached) a. Exterior: 1) Repair concrete, stucco and paint/reseal walls. Paint to be similar in material and color as to adjacent Boat House. Paint type, material and color scheme to be verified and approved by Bill Blake, NOAA Site Facility Supervisor. 2) Replace windows similar to JELD-WEN® Premium Atlantic Vinyl ImpactGard, ®ENERGY STAR-qualified, Low-E glass, roller type windows. Note: the bathroom window will need to be fogged or glazed. 3) Add security window guards on windows similar to Security Wire Mesh Window Guard - surface mount as manufactured by WIREWAY HUSKY (Option). Replace door/frame with new fiberglass door/frame and hardware similar to FIB-R-DOR a Division of Advance Fiberglass, LLC. Provide door with half lite safety glazing. b. Interior: 1) Add custom size 24"wide x 48" length x 18" deep wall hung sink featuring 16 gauge 304 stainless steel utility sink, single bowl similar to NSF sinks - MWS Series supplied with (18?) stainless steel drain basket and strainer. Relocation of existing ice machine will be required. 2) Relocate existing ice machine to south wall of building as determined by government. Provide an electrical outlet on wall. Provide power from existing breaker panel on north side of building overhead (conduit) to outlet. Plumbing will be installed by owner. 3) Add combination eyewash and service sink faucet at new utility sink similar to SPEAKMAN SEF-9000 Eyesaver® faucet that combines an eyewash/drench hose and service sink faucet that work independently. Include a mixing valve to temper eyewash water temperature for FIPS 201 compliant. 4) Replace drinking foundation with unit similar to Elkay EZS8 Wall mount Adult ADA Single Level Water Cooler with stainless steel lower shroud and vandal resistant bubbler options. Install a Watts Kwik-Change R.O. System (Reverse Osmosis) externally adjacent to new water cooler. 5) Replace 2 small belt drive sidewall propeller fans with belt drive sidewall propeller fans with automatically controlled shutter system similar to Automated Production Systems with PVC Airfoil Shutters, Fiberglass Props, heavy powder coated guard, all aluminum and stainless steel mounting hardware, and fiberglass housing with a lifetime warranty. 6) Add specialized portable exhaust system for welding to meet code requirements similar to Micro Air® model SCA exhauster arms equipped with a motor to vent to outside of building as manufactured by MicroAir Clean Air Systems. 7) Add proper electrical outlet for existing plasma cutter - 80 amp 3 phase (400 amp 3 phase in bldg). Location determined by NOAA Facility Supervisor. 8) Restroom: a) Repair all damaged and missing ceramic tile including grout repairs in the shower and other areas. b) Prep & paint room walls and ceiling similar to Sherwin Williams semi-gloss Bath Paint. Paint type and color as selected by owner. c) Replace door/frame with new FR (fire rated) fiberglass door/frame and hardware similar to FIB-R-DOR a Division of Advance Fiberglass, LLC. d) Replace water closet with unit similar to Kohler Highcliff TM elongated toilet bowl with toilet seat as selected by owner. e) Replace lavatory with unit similar to Kohler K-2084-L Soho® wall-mount lavatory. f) Replace toilet tissue holder with unit similar to B-2890 surface mounted single jumbo-roll toilet tissue dispenser. g) Install paper towel dispenser similar to Bobrick B-2860 surface mounted roll paper towel dispenser. h) Install a mirror similar to Bobrick B-290 welded-frame 24" x 36" mirror. i) Install a soap dispenser similar to Bobrick B-2111 surface mounted soap dispenser. j) Install a waste receptacle similar to Bobrick B-279 surface mounted waste receptacle. k) Install towel bar similar to Bobrick B-76767 surface mounted towel shelf with towel bar. l) Install shower curtain similar to Bobrick B-6047 surface mounted extra-heavy shower curtain rod, 204-2 vinyl shower curtain and 204-1 shower curtain hooks as required. m) Replace toilet partition similar to phenolic partition by Global Partitions. 9. New office addition in shop (see attached sketch) a) Install walls to match type and size to existing CMU of adjacent restroom. Wall height to structure above. Provide CMU (ASTM C90), prefabricated masonry lintel, mortar (portland cement ASTM C 150-Type 1 or 2), hydrated lime (ASTM C 207, Type S), aggregate (ASTM C 144 and graded 100% passing thru no. 16 sieve), and water repellent admixture. Reinforcing bars (ASTM A 615/A 615/M or ASTM A 996/A 996M, grade 60 (grade 420), hot dipped galvanized, carbon steel, wire size for side and cross rods (W2.8 spaced at 16" o.c.), joint reinforcement (ladder or truss type w/single pair of rods), and mortar (ASTM C 270, Type N). b) Install new door/frame with fiberglass door/frame and hardware (office type) similar to FIB-R-DOR a Division of Advance Fiberglass, LLC. Provide door with half lite safety glazing. c) Install 12" x 12" Vinyl Composition Tile (VCT) floor tile equal to Armstrong Standard Excelon Imperial Texture. Type and color as selected by owner. d) Paint walls (inside and out) equal to Sherwin Williams LOXON Block Surfacer primer and ProMar 200 final coat. e) Install wall base equal to Armstrong Color-Integrated Rubber Wall Base. f) Install metal suspension system and ceiling tile equal to Armstrong APC-#2 metal suspension system for acoustical panel ceiling; Prelude XL Exposed Tee System: Armstrong World Industries, Inc. High-Humidity Finish: Comply with ASTM C 635 requirements for "Coating Classification for Severe Environment Performance" where high-humidity finishes are indicated; and ceiling panel Ultima, Fine Texture Color: White. Match metal moldings and trim to system. Ceiling height to be 10'- 0". g Install electrical and communication outlets per code and as directed by the owner. h) Install 3-fluorescent 2'x4' light fixtures: fluorescent lamps shall be specification grade, tri-phosphor, 3500o K, energy efficient type; fluorescent ballasts shall be instant start, parallel sequence, and high power factor type. Fluorescent ballasts shall be Class P, sound rated A, and shall be provided with an automatic thermal cutout device to de activate the ballast when it is over heated. Fluorescent ballasts shall be ETL certified as meeting CBM specifications, and shall be electronic type limiting total harmonic distortion to less than twenty percent (20%). Ceiling framing members shall not be used to support fixtures suspended ceiling, and shall be supported by a minimum of two (2) support wires, at opposite corners of the fixture. Each support wire shall be continuous without splices to the building structure and separately anchored. i) Install HVAC unit equal to Fujitsu Halcyon 12RLS Wall Heat Pump 25 SEER - 12,000 BTU (1 Ton). 2. Flammable Storage Building (see existing building plans attached) a. Exterior: 1) Replace door/frame with new FR fiberglass door/frame and hardware (Storage) similar to FIB-R-DOR a Division of Advance Fiberglass, LLC. 2) Replace louver (3'-4" x 4'-0") similar to IL 69 horizontal hurricane louver as manufactured by Louvers and Dampers, a Division of Mestek Inc. 3) Repoint CMU as needed and paint/reseal walls and roof. Paint to be similar in material and color as to adjacent Boat House. Paint type, material and color scheme to be verified and approved by Bill Blake, NOAA Site Facility Supervisor. 3. Comply with manufactures' instructions and recommendations as applicable. 4. The existing facilities to remain in use during construction of the new work. B. DESIGN SELECTIONS 1. Design considerations to be based on, but not limited to, code compliance, environmentally appropriate and site condition requirements. 2. All mechanical, electrical and plumbing existing conditions, design considerations and constraints to be reviewed, verified and documented for the proposed work. 3. The design requirements and/or features outlined express the level of quality and performance of the intended work. Any "approved equal" modifications or improvements to the design or quality of the project will be acceptable. The contractor shall provide comments on the technical merit and justification to the COR. 4. All final design criteria must be approved by the Government prior to proceeding with the work. C. CODES AND STANDARDS 1. All projects shall be designed in accordance with the latest editions, supplements and revisions of the following criteria: 2. Uniform Federal Accessibility Standards (UFAS). 3. National Electrical Code. 4. All applicable environmental and Federal Acquisition Regulations. 5. All codes having legal jurisdiction. 6. Coordinate with Governmental agencies and utilities having jurisdiction. NOTE: Building permits from the city or county are not required as this is a federal facility. Coordination with the local fire marshal as required. D. PERFORMANCE REQUIREMENTS 1. The major components of any system selected shall be the products of one manufacturer of established reputation. 2. Leadership in Energy & Environmental Design (LEED) Compliance. 3. Meet or exceed VOC limits for paints and materials. E. TEMPORARY PROJECT SIGNAGE 1. Contractor shall supply and install a project sign, identifying the project, the National Oceanic and Atmospheric Administration, National Weather Service, the Architect, Engineer, Contractor, and ARRA when appropriate. 2. Sign dimension/Location: One (1) four-foot by eight-foot project sign as described herein to be located as shown on attached drawing Site Layout and Grading Plan. 3. Sign Construction: The project sign shall be constructed as specified herein. a) Contractor shall install the project sign within two weeks after Notice to Proceed. b) The sign shall be of 3/4-inch marine plywood, mounted on two (2) four-inch by four-inch (nominal) posts driven or set 36 inches into the ground. The sign shall carry the wording as shown in Exhibit 015815-A. The sign shall have black lettering on a white background. The Government, at the pre-construction conference, will provide decals for the NOAA and NWS logos (and ARRA Recovery logo when appropriate). The bottom of the sign should be at least four feet above ground level. c) Upon completion of the work and prior to final acceptance, Contractor shall remove and dispose of the sign and restore the sign location to its required condition F. BUY AMERICAN ACT 1. The Buy American Act (41 U.S.C. 10) provides that the Government give preference to domestic construction material. The DB Contractor shall adhere to the provisions of the Federal Acquisition Regulations (FAR) SUBPART 52.225.21,, REQUIRED USE OF AMERICAN IRON, STEEL, AND OTHER MANUFACTURED GOODS - BUY AMERICAN ACT - CONSTRUCTION MATERIALS, and FAR Clause 52.225-22, NOTICE OF REQUIRED USE OF AMERICAN IRON, STEEL AND OTHER MANUFACTURED GOODS - BUY AMERICAN ACT - CONSTRUCTION MATERIALS, by ensuring that the construction materials it references and/or specifies in its design, specifications or drawings are of domestic origin. G. PROPOSAL SELECTION: The successful bidder will be selected based on experience and cost to complete the work, including Options as applicable. H. TRAVEL: Any costs for travel will be included in the proposal. Any business interested in this project must respond to this announcement within 10 calendar days after publication of this notice, in order to receive a copy of the Request for Quotation. The Request for Quote (RFQ) will be posted on FedBizOpps within approximately 10 calendar days and interested parties can either download the RFQ or request a copy. To request a copy send email to carey.m.marlow@noaa.gov. The NAICS code for this action is 236220. The acquisition will be conducted under the guidelines of FAR Part 12, Commercial Acquisition Procedures. The Eastern Region Acquisitions Division requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Point of Contact Carey Marlow, Contract Specialist, Phone (816) 426-7460.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NAAJ5731916941CMM/listing.html)
 
Place of Performance
Address: NMFS PANAMA CITY LABORATORY, 3500 DELWOOD BEACH ROAD, PANAMA CITY, FL 32408, PANAMA CITY, Florida, 32408, United States
Zip Code: 32408
 
Record
SN01897650-W 20090805/090804000353-205628a28b6e02512c1b918c3fdb7cba (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.