Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

Z -- Design and build a fire suppression system for a storage building.

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - HAVO Hawaii Volcanoes NP PO Box 52/One Crater Rim Drive Hawaii National Park HI 96718
 
ZIP Code
96718
 
Solicitation Number
Q8294100026
 
Response Due
9/13/2010
 
Archive Date
8/13/2011
 
Point of Contact
Traudel L. Haney Contracting Officer 8089856007 Traudel_Haney@nps.gov;
 
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
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 19.10Small Business Competitiveness Demonstration Program, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation WILL NOT BE ISSUED. Q8294100026 is issued as a Request for Quotes (RFQ) for a Design and Build a Fire Protection System for the "Museum Collection Storage and Preservation Study" building in Haleakala National Park 1. AGENCY: National Park Service, Pacific Hawaii Volcanoes National Park, 1 Crater Rim Drive, Hawaii National Park, Hawaii 96718. The point of contact is the Traudel L. Haney, Contracting Officer, (808)985-6007 for Technical advice Albert Esquibel (808) 572-4421. 2. DESCRIPTION OF ACTION BEING APPROVED: REQUEST FOR QUOTES as listed within the Description of Supplies or Services, below. 3. NOTICE OF POTENTIAL VENDORS: This project is being solicited and awarded in accordance with the Small Business Competitiveness Demonstration Program, Public Law 100-656. Accordingly, it is NOT set aside and is solicited as FULL AND OPEN COMPETITION. 4. The North American Industry Classification System (NAICS) Code is 238220. For informational purposes, the Small Business Size Standard is $14.0 million. 5. APPROXIMATE PROJECT COST: Between $2,000 and $25,000. 6. TYPE OF CONTRACT: A firm-fixed price contract. Davis-Bacon prevailing wages apply. These can be located via the Department of Labor Wage site General Decision Number: HI100001 08/13/2010 HI1Superseded General Decision Number: HI20080001State: Hawaii Construction Types: Building, Heavy (Heavy and Dredging), Highway and Residential Counties: Hawaii Statewide. http://www.wdol.gov/dba.aspx 7. PERIOD OF PERFORMANCE: Work shall commence within ten (10) calendar days of the Contractor's receipt of the written Notice to Proceed, and complete the work within sixty (90) calendar days from receipt of such Notice. 8. PUBLICIZING AND RESPONSE TIME: The solicitation package WILL NOT be issued A paper copy of the solicitation package will not be issued. Offerors will also be responsible for checking the website for any amendments to the solicitation issued prior to the closing date of this combined synopsis. 9. DESCRIPTION OF THE SUPPLIES OR SERVICES: Haleakala National Park is building a new 40' X 20 ' wooden frame building on a concrete slab. It requires Fire Protection and Suppression. DESIGN: 1. Design water based fire protection system that Interfaces with existing water and electrical systems. a. The building will have two rooms separated by a 2 x 4 Stud wall. b. 5/8" Gypsum Board on the interior wallsc. " plywood sheathing, covered by Tyvek Building Wrap, and 6" Hardi Plank siding on the exterior. d. R21 insulation in the walls and ceilings e.The "Storage Room" will be 400 square feet, and will not be continuously occupied. i. It has a Fiberglass Solid Core double door to the exterior that is 6' W x 7' H in dimension.ii. It shares a 3'W x 7' H Fiberglass Solid Core single door with the Research Areaiii. It has no windowsiv. Lighting is the only utility in this room f. The "Research Area" will be 400 square feet, and will not be continuously occupied. Embedded in this area is a 36 square foot restroom. i. It shares a 3'W x 7' H Fiberglass Solid Core single door with the Storage Room.ii. It shares a 3'W x 7' H Fiberglass Solid Core single door with the bathroom.iii. It has a 3' W x 7' H fiberglass Stile & Rail door, which also has Low emissivity Safety glass windows.iv. It has three windows which are 3' W x 3' High, they are Fiberglass double hung, with low emissive, double glazed Windows.v. The restroom has one Fiberglass Awning Window which is 3' W x 2' H, it has frosted glass, which is low emissive and double glazed.vi. Lighting, water for the deep sink and restroom, and a small point source water heater are the only utilities. BUILD: 1. Coordinate with the construction staff schedule prior to starting work.a. Install conduit and wiringb. Install sensorsc. Install controlsd. Install pipinge. Connect to the electrical systemf. Connect to the piping systemg. Verify proper operationsh. Provided Operations and Maintenance datai. Provide training, and training documentationj. Provide warranty data. 10. REQUEST FOR QUOTE LINE ITEMs 1 through 6 shall be filled in an returned with this notice along with the total cost completed. 0001 Design Fire Suppression System 1 Lump Sum __________ Unit Total 0002 Sprinkler Heads12 Each ___________ Unit Total 0003 Black Pipe 300 Linear feet 1 inch diameter __________ Unit Total 0004 Valve and manifold 1 inch valve & distribution manifold _______Unit Total 0005 Black Flow Device must fit 1 inch distribution system ______Unit Total 0006 Shipping Cost to Kahului Maui 1 Lump Sum __________ Unit Total TOTAL COST OF Proposal: $____________________________ REQUEST FOR QUOTES shall ALSO include the following information: (1) Include a minimum of three references to document ability to meet delivery schedules on projects of similar scope. Include name of company, contact name and phone number, description and dollar value of project. (2) Description of country of origin for the item; (3) Completed copy of FAR 52.212-3, Offer or Representations and Certifications-Commercial Items, and/or listed within ORCA. EMAIL ALL INFORMATION TO THE ADDRESS LISTED WITHIN THIS ANNOUNCEMENT: 11. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 dated 07/15/2009. Scope of Work as detailed above. 52.246-12 Inspection of construction, 52.211-13 Time Extensions, 52.242-14 Suspension of Work, 1489.236-72 Use of Premises, 1489.237-71 Technical Direction, 1452.222-08 Payrolls and Basic Record, 1489.236.73 Archeological Findings, 1489.236-79 Conduct of Operations, 52.203-03 Gratuities, 52.204-04 Printed or copied Paper Double-Sides on Recycled Paper, 52.209-06 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed, 52.215-08 Order of precedence - uniform Contract Format, 52.219-14 limitations on Subcontract, 52.219-08 Post Award Small Business Program Representative, 52.22-03 Convict Labor, 52.222-06 Davis-Bacon Act, 52.222-07 Withholding of Funds, 52.222-09 Apprentices and Trainees, 52.222-10 Compliance with Copeland Act Requirements, 52.222-11 Subcontracts (Labor Standards) 52.222-12 Contract Termination-Debarment, 52.222-13 Compliance with Davis-Bacon and Related Act Regulations, 52.22-14 Disputes Concerning Labor Standards, 52.222-15 Certificate of Eligibility, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-03 Hazardous Material identification and Material Safety Data, 52.223-05 Pollution Prevention and Right to Know Information, 52.223-06 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.225-10 Notice of Buy American Act Requirement-Construction Materials, 52.227-04 Patent Identity-Construction contracts, 52.228-14 Irrevocable Letter of Credit, 52.232-01 Payments, 52.232-05 Payments under Fixed-Price Construction Contracts, 52.232-23 Assignment of Claims, 52.232-25 Prompt Payment, 52.232-27 Prompt Payment for Construction Contracts, 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration, 52.233-01 Disputes, 52.233-03 Protest After Award, 52.233-04 Applicable Law for Breach of Contract Claim, 52.235-06 Material and Workmanship, 52.236-06 Superintendence by the Contractor, 52.236-07 Permits and Responsibilities, 52.236-12 Cleaning Up, 52.236-13 Accident Prevention, 52.236-21 Specifications and Drawings for Construction, 52.236-26 Preconstruction Conference, 52.243-04 Changes, 52.246-21 Warranty of Construction, 52.249-01 Termination for Convenience of the Government (Fixed-Price) (Short Form), 1452.204-70 Release of Claims - Department of the Interior, 52.236-02 Differing Site conditions, 52.235-03 Site Investigation and Conditions Affecting the Work, 52.236-0 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements. This is not an all inclusive listing please check with Contracting Officer for those published as Full Text, such as, 52.211-10, 1489.242.100, 1452.228-70 Liability Insurance Department of the Interior, Buy American Act - Construction Material, Alternative Payment Protection, Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref:http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or-rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. 12. Award of any purchase order resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. The point of contact for inquiries and clarifications is Traudel L. Haney, Contract Specialist, Telephone (808) 985-6007, Facsimile (808) 985-6107 or Email address Traudel_haney@nps.gov. The response due on or before September 13, 2010 by 2 pm HST. Important Note: The successful Contractor must be registered at www.ccr.gov (Central Contractor Registry) in order for award to be made. The Government reserves the right to make award without further discussion. The Government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8294100026/listing.html)
 
Place of Performance
Address: Haleakala National ParkIsland of Maui, Hawaii
Zip Code: 967180052
 
Record
SN02240019-W 20100815/100813235457-0b07f582a473b4d05e6bebdb5ac5a592 (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.