Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
MODIFICATION

E -- Pre-fabricated Architectural Tent Structure-Fort Knox, KY **Sources Sought** Changed to no set-aside (unrestricted)

Notice Date
6/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-14-R-1025
 
Response Due
6/13/2014
 
Archive Date
8/9/2014
 
Point of Contact
Theresa M Eckstein, 609-562-2437
 
E-Mail Address
ACC - New Jersey
(theresa.m.eckstein.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Please email Theresa Eckstein at theresa.m.eckstein.civ@mail.mil with a capabilities statement if you can provide the items in the attached SOW by 9:00 AM 13 June 2014. Statement should also contain your Company name, CAGE code, DUNS number and POC (name, phone number and email address). DRAFT SOW Statement of Work Purchase of Barracks Structure Tents for TTC Knox 1. The purpose of this Statement of Work is to establish guidelines to be followed by the TTC Knox, Fort Knox, hereafter referred to as the quote mark Unit quote mark, and the provider of Barracks Structure Tents, hereafter referred to as the quote mark Vendor quote mark, to establish a cost of services from the Vendor to provide Barracks Structure Tents to be used in support of 88M, 91B, H8 FTX operations in the FOB. 2. The scope of this Statement of Work is to agree on the areas: a. The Vendor shall provide a cost for services to furnish sixteen (16) Barracks Structure Tents as described below. b. The Barracks Structure Tents is needed to support 88M, 91B, H8 FTX operations in the FOB located at FOB Professional, Fort Knox, KY 40121. c. Vendor shall include freight with the cost for services. Vendor shall ship and deliver the 68W, 37F, 38B FTX operations in the FOB to the Unit location at Fort Knox, KY. d. The U.S. Army will not pay federal, state, or local taxes. e. Requirements for the Barracks Structure Tents are as follows: **FOR 15 ONLY******* 1.The structure(s) must be a Stressed Membrane structure(s) measuring 19.17' wide by 35' long, measured maximum width by maximum length. Detailed list of required accessories required for each structure as follows: 1 - Complimentary graphic logo at entrance 1 - Penetration kit(s) for insulated structures - medium 3 quote mark to 6 quote mark 2 - Membrane flat end(s) c/w cable bracing as required 2 - Single personnel door(s) c/w high traffic panic, closer & top lite (3'0 quote mark x7'0 quote mark ) in flat end 2 - Penetration kit(s) for insulated structures up to 18 quote mark in diameter - Engineered stamped drawings - Perimeter aluminum flat bar - Insulation system c/w Johns Manville foil backed fiberglass insulation to the daylight panels c/w finished white interior membrane - Tedlar opaque exterior membrane, complete with daylight panels (Only applicable to TOC structures) 1 - Connecting corridor 10' wide x 7.25' long (Insulated) 2 - Tempered safety glass windows - 39 quote mark x 39 quote mark 2.The entire roof slope of the structure(s), including the peak, shall have a minimum slope of 26. 3.No exterior guy ropes or cables shall be used for anchoring the structure(s). 4.There will be no exterior horizontal purlins. 5.The structure(s) shall be completely clear-span with no interior supports of any description. 6.Any required miscellaneous steel components such as anchor bolts, cable bracing, base assemblies or attachment brackets must be zinc plated or galvanized. 7.All bolts used shall be zinc plated or galvanized with a minimum of Grade 5 specification. 8.All personnel doors and windows must be installed in such a way that the vertical and horizontal tension on the architectural membrane is maintained, at all times. 9.All aluminum components and main supports shall be an unpainted natural mill finish, to prevent scratching and chipping. 10.The main structural support beams shall be continuous from the ground seal to the peak and manufactured in such a way that no eave will exist. 11.The completed structure(s) shall be designed to withstand a three second wind gust of 90 mph, based on an quote mark Exposure C quote mark factor, in accordance with the International Building Code. 12.The aluminum used in the structure(s) shall carry a pro-rata guarantee of not less than 30 years. 13.All main structural arches and connecting purlins shall be 100% ALUMINUM utilizing single I-beam configuration and not to exceed 6 inches in depth to ensure a minimum 18.17' inside width dimension at the base. 14.All major structural ALUMINUM components must have the following minimum structural and mechanical properties: TensionShearBearing UltimateYield ElongationUltimateYield Ultimate KSI KSI%KSIKSIKSI 38 351023 2180 15.The stressed membrane structure(s) must be designed to shed snow before the design load is exceeded, or alternatively provide structure capacity to meet or exceed required roof snow load requirements of Fort Knox, Kentucky. 16.The architectural membrane in the structure(s) shall be installed in the aluminum frame and tensioned both vertically and horizontally to prevent wear and abrasion. Horizontal tension shall be maintained mechanically with horizontal purlins or spreaders that require no ongoing maintenance. The membrane shall be tensioned in such a way so as to create a compression at each horizontal purlin of no less than 1500 pounds per square foot. 17.The architectural membrane, when assembled and tensioned, shall be absolutely wrinkle free, and shall remain so indefinitely in hot and cold temperatures. 18.The structure(s) shall be designed so that any section of architectural membrane may be removed or replaced within four hours using a maximum of four workmen. 19.The structure(s) shall be modular in design consisting of individual membrane panels which do not exceed 17.29' in width on the main center modules. (This minimizes future costs of repair and replacement of localized membrane damage and allows future expansion/reduction in reasonable sized modules.) 20.The individual architectural membrane panels on the center modules shall be one continuous section from one side, over the peak and down to the base at the other side and manufactured in such a way that no eave will exist. 21.In order to provide the introduction of natural light for daytime use, a continuous section of highly translucent white architectural membrane (daylight panels) shall be incorporated into the membrane along the peak of the structure(s). To minimize internal solar gain in the structure(s), the balance of the exterior architectural membrane shall be Bay Berry green in color and complete with a blackout layer. 22.All exterior architectural membrane on the structure(s) shall come complete with a protective exterior Tedlar PVF film on the exterior surface of the membrane and a 25 year pro-rata guarantee. This membrane will possess the following minimum quality and fire rating specifications: TEDLAR COATED ARCHITECTURAL MEMBRANE ________________________________________ Scrim Type Polyester ________________________________________ Scrim Weight3.2 oz. /sq. yd. ________________________________________ Finish Coated Weight +2 Method 504124.0 oz. /sq. yd. ( -1 ) ________________________________________ Surface ProtectionTedlar PVF Film ________________________________________ Tongue Tear Method 5134110/110 lbs. 8 quote mark x 10 quote mark sample size ________________________________________ Trapezoid Tear Method 513635/40 lbs. ________________________________________ Grab Tensile Method 5100260/260 lbs. ________________________________________ Strip Tensile Method 5102200/200 lbs. /in. ________________________________________ Hydrostatic Resistance Method 5512350 psi ________________________________________ Dead Load1 - 1/2 quote mark seam Room Temperature100 lbs. 160 F. /71 C.50 lbs. ________________________________________ Cold Crack MIL-C-20696C LTCPass -40 F. Para. 4.4.6. ________________________________________ Flame ResistancePass 2 second flameout Method 5903 FRCalf. Fire Marshal Reg. UL214. NFPA-701 ________________________________________ Wicking1/8 quote mark maximum ________________________________________ FIRE RATINGS 1. California Fire Marshal Small & Large Scale Pass 2. National Fire Protection Association-701 Small & Large Scale Pass 3. Underwriters' Laboratories 214 Pass 4. ASTM E84 Pass 5. ULC S109 Pass 6. UBC 31-1 Pass ________________________________________ 23.The structure(s) shall be supplied with a complete insulation system to the daylight panels providing a minimum insulation value of R-16 and to include the following minimum specifications: a.Minimum 4.5 quote mark thick fiberglass blanket using formaldehyde free fiberglass insulation. b.FSK (Foil, Scrim, Kraft) facing on one side of the insulation blanket to provide both a vapor barrier and radiant barrier. FSK tape will be used to seal all insulation joints and to seal insulation to structure's supporting members. c.A white interior liner in a minimum 14 oz. coated polyester membrane, mechanically tensioned to 1500 LBS sq. ft. This provides a secondary vapor barrier and a clean unwrinkled interior finish to the insulation system. d.Interior and exterior thermal caps over the structure's supporting beams to minimize thermal transfer through the supporting member. Each thermal cap c/w neoprene wipers each side to complete thermal break. e.Peak to grade insulation retention system - to ensure insulation will never creep or shift downward under its own weight. 24.Structure supplier must be an established manufacturer with a least 10 years' experience in the design fabrication and delivery of structure(s) with the same basic specifications as above. 25.Contact names and numbers as well as physical addresses of the 10 sites must be submitted with the bid proposal. (Exact same size of structure is not required; however, structure(s) must have the same basic accessories, such as insulation system, etc.) 26.Structure Supplier must supply the structure(s) and accessories as above and all of the necessary manpower and equipment to erect the structure(s), located at Fort Knox, Kentucky 27.Structure Supplier must supply a Technical Consultant on site for the full duration of the erection of the structure(s) to provide information about structure(s) assembly and erection and ensure quality control. All costs for this consultant's time, travel, meals and accommodation are to be included in the bid price. 28.Upon award of this contract, Structure Supplier is to supply detailed drawings and supporting calculations for the structure(s) stamped by an engineer certified in the state of Kentucky. 3. The remaining Barrack Structure Tent Requirement is as followed: FOR ONLY 1 (see requirement for 15 tents above Paragraph 2 (e). 1.The structure(s) must be a Stressed Membrane structure(s) measuring 40' wide by 60' long, measured maximum width by maximum length. Detailed list of required accessories for each structure as follows: 1 - 12'wide x 12' high electrically operated rolling service door (insulated) 1 - Complimentary graphic logo at entrance 1 - Insulated double personnel door(s) c/w high traffic panic, closers & top lite (6'0 quote mark x7'0 quote mark ) in flat end 1 - Insulated double personnel door(s) c/w hood, high traffic panic, closers & top lite (6'0 quote mark x7'0 quote mark ) 1 - Insulated single personnel door(s) c/w high traffic panic, closer & top lite (3'0 quote mark x7'0 quote mark ) in flat end 2 - Engineered flat end(s) c/w cable bracing as required and insulation 4 - Penetration kit(s) for insulated structures (medium) 3 quote mark to 6 quote mark 4 - Framed opening(s) for insulated structure - size 4' 0 quote mark wide x 4' 0 quote mark high and smaller 12 - Interior suspension eyenuts maximum load 75 LBS - 8 quote mark (R-25) blanket of Johns Manville foil backed fiberglass insulation to the daylight panels c/w finished white interior membrane - Conduit holes as per diagram provided by Sprung - Engineered stamped drawings - Perimeter aluminum flat bar - Tedlar opaque membrane, complete with daylight panels 2.The entire roof slope of the structure(s), including the peak, shall have a minimum slope of 26. 3.No exterior guy ropes or cables shall be used for anchoring the structure(s). 4.There will be no exterior horizontal purlins. 5.The structure(s) shall be completely clear-span with no interior supports of any description. 6.Any required miscellaneous steel components such as anchor bolts, cable bracing, base assemblies or attachment brackets must be zinc plated or galvanized. 7.All bolts used shall be zinc plated or galvanized with a minimum of Grade 5 specification. 8.All personnel doors and windows must be installed in such a way that the vertical and horizontal tension on the architectural membrane is maintained, at all times. 9.All personnel doors not located in a flat end and especially fire exits, must come complete with a protective all weather hood system to shed snow and rain away from front of doors. 10.All aluminum components and main supports shall be an unpainted natural mill finish, to prevent scratching and chipping. 11.The main structural support beams shall be continuous from the ground seal to the peak and manufactured in such a way that no eave will exist. 12.The completed structure(s) shall be designed to withstand a three second wind gust of 90 mph, based on an quote mark Exposure C quote mark factor, in accordance with the International Building Code. 13.The aluminum used in the structure(s) shall carry a pro-rata guarantee of not less than 30 years. 14.All main structural arches and connecting purlins shall be 100% ALUMINUM utilizing single I-beam configuration and not to exceed 8 inches in depth to ensure a minimum 38.33' inside width dimension at the base. 15.All major structural ALUMINUM components must have the following minimum structural and mechanical properties: TensionShearBearing UltimateYield ElongationUltimateYield Ultimate KSI KSI%KSIKSIKSI 38 351023 2180 16.The stressed membrane structure(s) must be designed to shed snow before the design load is exceeded, or alternatively provide structure capacity to meet or exceed required roof snow load requirements of Fort Knox, Kentucky. 17.The architectural membrane in the structure(s) shall be installed in the aluminum frame and tensioned both vertically and horizontally to prevent wear and abrasion. Horizontal tension shall be maintained mechanically with horizontal purlins or spreaders that require no ongoing maintenance. The membrane shall be tensioned in such a way so as to create a compression at each horizontal purlin of no less than 1500 pounds per square foot. 18.The architectural membrane, when assembled and tensioned, shall be absolutely wrinkle free, and shall remain so indefinitely in hot and cold temperatures. 19.The structure(s) shall be designed so that any section of architectural membrane may be removed or replaced within four hours using a maximum of four workmen. 20.The structure(s) shall be modular in design consisting of individual membrane panels which do not exceed 20' in width on the main center modules. (This minimizes future costs of repair and replacement of localized membrane damage and allows future expansion/reduction in reasonable sized modules.) 21.The individual architectural membrane panels on the center modules shall be one continuous section from one side, over the peak and down to the base at the other side and manufactured in such a way that no eave will exist. 22.In order to provide the introduction of natural light for daytime use, a continuous section of highly translucent white architectural membrane (daylight panels) shall be incorporated into the membrane along the peak of the structure(s). To minimize internal solar gain in the structure(s), the balance of the exterior architectural membrane shall be Bay Berry green in color and complete with a blackout layer. 23.All exterior architectural membrane on the structure(s) shall come complete with a protective exterior Tedlar PVF film on the exterior surface of the membrane and a 25 year pro-rata guarantee. This membrane will possess the following minimum quality and fire rating specifications: TEDLAR COATED ARCHITECTURAL MEMBRANE ________________________________________ Scrim Type Polyester ________________________________________ Scrim Weight3.2 oz. /sq. yd. ________________________________________ Finish Coated Weight +2 Method 504124.0 oz. /sq. yd. ( -1 ) ________________________________________ Surface ProtectionTedlar PVF Film ________________________________________ Tongue Tear Method 5134110/110 lbs. 8 quote mark x 10 quote mark sample size ________________________________________ Trapezoid Tear Method 513635/40 lbs. ________________________________________ Grab Tensile Method 5100260/260 lbs. ________________________________________ Strip Tensile Method 5102200/200 lbs. /in. ________________________________________ Hydrostatic Resistance Method 5512350 psi ________________________________________ Dead Load1 - 1/2 quote mark seam Room Temperature100 lbs. 160 F. /71 C.50 lbs. ________________________________________ Cold Crack MIL-C-20696C LTCPass -40 F. Para. 4.4.6. ________________________________________ Flame ResistancePass 2 second flameout Method 5903 FRCalf. Fire Marshal Reg. UL214. NFPA-701 ________________________________________ Wicking1/8 quote mark maximum ________________________________________ FIRE RATINGS 1. California Fire Marshal Small & Large Scale Pass 2. National Fire Protection Association-701 Small & Large Scale Pass 3. Underwriters' Laboratories 214 Pass 4. ASTM E84 Pass 5. ULC S109 Pass 6. UBC 31-1 Pass ________________________________________ 24.The structure(s) shall be supplied with a complete insulation system to the daylight panels providing a minimum insulation value of R-28 and to include the following minimum specifications: a.Minimum 8 quote mark thick fiberglass blanket using formaldehyde free fiberglass insulation. b.FSK (Foil, Scrim, Kraft) facing on one side of the insulation blanket to provide both a vapor barrier and radiant barrier. FSK tape will be used to seal all insulation joints and to seal insulation to structure's supporting members. c.A white interior liner in a minimum 14 oz. coated polyester membrane, mechanically tensioned to 1500 LBS sq. ft. This provides a secondary vapor barrier and a clean unwrinkled interior finish to the insulation system. d.Interior and exterior thermal caps over the structure's supporting beams to minimize thermal transfer through the supporting member. Each thermal cap c/w neoprene wipers each side to complete thermal break. e.Peak to grade insulation retention system - to ensure insulation will never creep or shift downward under its own weight. 25.Structure supplier must be an established manufacturer with a least 10 years' experience in the design fabrication and delivery of structure(s) with the same basic specifications as above. 26.Contact names and numbers as well as physical addresses of the 10 sites must be submitted with the bid proposal. (Exact same size of structure is not required; however, structure(s) must have the same basic accessories, such as insulation system, etc.) 27.Structure Supplier must supply the structure(s) and accessories as above and all of the necessary manpower and equipment to erect the structure(s), located at Fort Knox, Kentucky 28.Structure Supplier must supply a Technical Consultant on site for the full duration of the erection of the structure(s) to provide information about structure(s) assembly and erection and ensure quality control. All costs for this consultant's time, travel, meals and accommodation are to be included in the bid price. 29.Upon award of this contract, Structure Supplier is to supply detailed drawings and supporting calculations for the structure(s) stamped by an engineer certified in the state of Kentucky. 3. Unit Responsibilities. The Unit will: a. Confirm the final location of the Barracks Structure Tents b. Provide vendor access to the delivery location and equipment location for subsequent maintenance servicing. c. Advise the Vendor of any restrictions to hours of work or use of the site. 4. Vendor Responsibilities. The Vendor will: a. Furnish one (1) Barracks Structure Tents as described. b. Furnish manuals to include operator and maintenance manual with delivery of the Barracks Structure Tents. c. Be responsible for the shipment, handling, delivery, and setup of the Barracks Structure Tents at the specified location. d. Barracks Structure Tents to be free from defect in materials and workmanship for a period of at least one (1) year under normal use. The warranty period shall begin on the date of set-up at the specified location. 4. Unit Responsibilities. The Unit will: a. Confirm the final location of the Barracks Structure Tents b. Provide vendor access to the delivery location and equipment location for subsequent maintenance servicing. c. Advise the Vendor of any restrictions to hours of work or use of the site. 4. Vendor Responsibilities. The Vendor will: a. Furnish sixteen (16) Barracks Structure Tents as described. b. Furnish manuals to include operator and maintenance manual with delivery of the Barracks Structure Tents. c. Be responsible for the shipment, handling, delivery, and setup of the Barracks Structure Tents at the specified location. d. Barracks Structure Tents to be free from defect in materials and workmanship for a period of at least one (1) year under normal use. The warranty period shall begin on the date of set-up at the specified location.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8818c1cf2b82c095da1a617d85adaca6)
 
Place of Performance
Address: Fort Knox KY
Zip Code: 00000
 
Record
SN03391287-W 20140612/140611000040-8818c1cf2b82c095da1a617d85adaca6 (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.