Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

Y -- Install a new HAZMAT Shed for NMFS, NEFSC, Woods Hole, MA

Notice Date
8/26/2009
 
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
WC133F-09-RQ-1152
 
Archive Date
9/26/2009
 
Point of Contact
Jane D. Cerda, Phone: 816-426-7426, Jackie S Smith, Phone: 816-426-2068
 
E-Mail Address
jane.d.cerda@noaa.gov, jacqueline.s.smith@noaa.gov
(jane.d.cerda@noaa.gov, jacqueline.s.smith@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration, National Marine Fisheries Service (NMFS), Northeast Fisheries Science Center (NEFSC), Woods Hole, MA is in need of a contractor to provide all labor, equipment and materials to install a new Easi-Set or equal HAZMAT shed. Preference will be given to technically acceptable products that most closely match exterior appearance of adjacent storage. BRAND NAME or EQUAL: The use of the brand name "Easi-Set" or equal product is essential to the Government's requirements. This brand was selected after a review was conducted. No other products met the building footprint; appearance that matched the other buildings located on the site; or was compatible with the existing equipment being utilized in order to achieve efficient utilization and maintenance. In order to be considered an equal to the brand name, the product must meet the salient characteristics. The shed shall have the minimum required specifications: 1. Quality Assurance: A. ACI-318-02, "Building Code Requirements for Reinforced Concrete". Concrete Reinforcing Institute, "Manual of Standard Practice". B. ANSI/ASCE-7-02 "Building Code Requirement for Minimum Design Loads in Buildings and Other Structures". C. IBC 2006, 1996 BOCA D. Concrete Reinforcing Institute, "Manual of Standard Practice". E. UL-752 test method level 4 for bullet resistance certified by an independent structural engineer. F. Fabricator must be a certified producer/member of The Precast/Prestressed Concrete Institute (PCI), National Precast Concrete Association (NPCA) or equal. G. Building fabricator must have a minimum of 5 years experience manufacturing and setting transportable precast concrete buildings. 2. Design Requirements: A. Design Loads: 1) Seismic load performance category ‘C', Exposure Group III 2) Standard Live Roof Load - 60 PSF 3) Standard Floor Load - 250 PSF 4) Standard Wind Loading - 130 MPH B. Sloped Roof: Roof panel shall slope ½" from front to back in 10 foot direction. The roof shall extend a minimum of 2 ½" beyond the wall panel on each side and have a turndown design which extends ½" below the top edge of the wall panels to prevent water migration into the building along top of wall panels. Roof shall also have an integral architectural ribbed edge. C. Roof, floor, and wall panels must each be produced as single component monolithic panels. No roof, floor, or vertical wall joints will be allowed, except at corners. Wall panels shall be set on top of floor panel. D. Floor panel must have ½" step-down around the entire perimeter to prevent water migration into the building along the bottom of wall panels. 3. Materials: A. Concrete: Steel-reinforced, 5000 PSI minimum 28-day compressive strength, air-entrained (ASTM C260). B. Reinforcing Steel: ASTM A615, grade 60 C. Post-tensioning Strand: 41K Polystrand CP50,.50, 270 KSI, 7-wire strand, enclosed within a greased plastic sheath, (ASTM A416). Roof and floor to be each post-tensioned by a single, continuous tendon. Said tendon shall form a substantially rectangular configuration having gently curving corners wherein the positioning of the cable member results in a pattern of one or more loops and a bisecting of the loop(s). The cable member starts from one corner of the concrete building panel, forms a gentle perimeter loop(s) returning to a point where the cable member entered the concrete building panel. The tendon then turns 90 degrees and follows the cable member(s) to a point midway along the "Y" axis of the concrete building panel and then turns Lk; 90 degrees along the "X" axis of the concrete building panel. This bisects the concrete building panel and crosses the opposite parallel portion of the cable member and exits from an adjacent side of the concrete building panel. D. Containment: The curb is to be 4" wide and 6" high, steel reinforced, monolithically poured and bonded to the floor slab using E-Bond 580 epoxy to monolithically bond the curbing to the floor slab. Curbing to be in a pattern that will create individual cells with interconnecting, cast in place, spillways between cells. E. Chemical Resistant Grating: Shall be fiberglass roving reinforced thermoset plastic, single piece molded construction. Angular silica particles shall be integrally embedded in the top surface of the grating as an anti-slip surface Non-conductive, and non-magnetic. One inch thick floor grating to be furnished to cover entire containment floor system, providing 250 PSI loading on grating. Grating is in sections to facilitate removal for cleanup. F. Containment Coatings: CIBA-GEIGY GY9513 or Equal. Chemical, abrasion resistant, solvent free epoxy lining shall be applied to all exposed surfaces of containment area. HOW TO OBTAIN A COPY OF THE SOLICITATION: Solicitation No. WC133F-09-RQ-1152, Install a new HAZMAT Shed for NMFS, NEFSC, Woods Hole, MA and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies of the solicitation will not be available. The solicitation will be available for download approximately August 26, 2009. For a copy of the solicitation, please utilize the FedBizOpps' feature "register to receive notification" as well as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification should receive an email from the FBO indicating its availability. Each potential vendor is responsible for checking this website often to obtain all current information associated with this procurement. All responsible sources may submit an offer that will be considered by the agency. The resultant procurement will be a firm fixed-price contract. This will be a 100% small business set-aside. The North American Industrial Classification System Code (NAICS) is 236220. The size standard for Small Business is $33.5 million. The estimated price range of this project is between $25,000 and $100,000. Completion time for this project is approximately thirty (30) days after the Notice to Proceed. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR please access the following web site: http://www.bpn.gov. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIREMENTS: ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulation. To be eligible for contract award a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found by visiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://eupdate.dnb.com/ or by phone at 1-888-814-1435. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MONITOR FEDBIZOPPS FREQUENTLY FOR THE RELEASE OF THE SOLICITATION, SPECIFICATION, DRAWINGS, AND ALL SUBSEQUENT AMENDMENTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133F-09-RQ-1152/listing.html)
 
Place of Performance
Address: 166 Water Street, Woods Hole, Massachusetts, 02536, United States
Zip Code: 02536
 
Record
SN01927722-W 20090828/090827001216-aa4b65b05c162ba1c7d7707a8ab10c62 (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.