Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOURCES SOUGHT

56 -- SAQMMA15I0017 - Modular Building, Tajikistan

Notice Date
1/21/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15I0017-ModularBuilding
 
Archive Date
2/12/2015
 
Point of Contact
Joonpil Hwang, Phone: 7035814569, Sara Collins,
 
E-Mail Address
hwangj2@state.gov, collinsse@state.gov
(hwangj2@state.gov, collinsse@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) in accordance with the Federal Acquisition Regulation (FAR) 15.201(c)(7) for the purpose of obtaining industry input relevant to a possible future solicitation for a modular building construction project in Tajikistan and to develop acquisition strategy. The industry is also invited to provide comments on the content of this announcement to include suggestions for improving the scope of a possible future solicitation. Your input is valuable in helping us develop requirements that ensures mission success, reduces our costs, and simplifies the contractor's ability to provide modular building construction services. This is not a Request for Proposal (RFP) or a Request for Quote (RFQ). A RFP/RFQ is not being issued at this time. Any responses to this RFI will be treated as information only and shall not be used as a proposal. Government will not reimburse respondents for costs associated with providing information in accordance with this RFI. RESPONSES DUE Responses to this RFI are due no later than 2:00 p.m. Eastern Standard Time (EST) on January 28, 2015. All submissions shall be submitted via e-mail to Joonpil Hwang at Hwangj2@state.gov as a PDF document. RESPONSE SUBMISSION INFORMATION All potential sources with the capability to provide the requirements referenced in this RFI are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. No pricing should be included in your response. Responses to this RFI shall include the following: 1. A cover sheet which includes: • Company Name • Address • Point of Contact • E-mail Address • Phone Number • DUNS Number • Primary Business and Market Areas • Business Size and Socioeconomic Status (if applicable) 2. Relevant Project Experience As Applicable (two (2) page limit): • Experience in designing, fabricating, shipping, and installing modular structures. • Experience providing manpower to install modular structures OCONUS • Experience in coordinating with host nation government(s) to mitigate and solve potential issues • Experience performing modular building construction work of similar size and area conditions similar to those found in Tajikistan (i.e., unpopulated areas, high elevation, sloped terrain, and extreme temperatures) 3. Capabilities (two (2) page limit): • Ability to provide all required design and engineering services, manpower, and materials to fabricate the modular structure • Ability to provide and deliver required materials and equipment to OCONUS • Capabilities to deliver the modular structures through either sea or air transportation to Tajikistan. • Ability to coordinate with the designated host nation country • Ability to design, fabricate, ship, and install modular structure based on an existing concept drawing if available • Ability to operate in Tajikistan • Ability to design and produce a modular structure in accordance with the International Building Code (IBC) and Tajikistan local building codes • Ability to transport and assemble the modular structure in Tajikistan 4. Comments on the content of this announcement to include suggestions for improving the scope of a possible future solicitation (no page limit) 5. Optional marketing materials provided as an attachment (two (2) pages limit) 6. Company responses to below Questions 1 through 9 (no page limit) Question 1: Are any of the requirements described in this announcement unreasonable and/or unattainable? Why? Question 2: Are there additional requirements that the Department of State's (DOS) Bureau of Narcotics and Law Enforcement Affairs (INL) should consider incorporating in a possible future solicitation? Why? Question 3: What additional information regarding the proposed modular structure is necessary to prepare your proposal? Question 4: What additional Government-furnished property or information is required to mitigate risk in performing this requirement? Question 5: What existing contract vehicles does your company utilize for similar projects? (i.e., GSA or open market to name a few) Question 6: Under what North American Industry Classification System (NAICS) code have you performed this work previously? Question 7: Does your company have past experience similar in size and scope of the requirement described in this announcement? Question 8: Does your company have any additional questions, comments, or concerns about the framing of this requirement? INQUIRIES DUE General inquiries to this RFI shall be submitted via e-mail to Joonpil Hwang at Hwangj2@state.gov no later than 2:00 p.m. Eastern Standard Time (EST) on January 23, 2014. Please do not send questions with proprietary content. BACKGROUND/OVERVIEW The Government requires the design, fabrication, delivery, and installation a modular structure to be used by Tajikistan Customs Service at the Kizil Art Tajik Border Crossing Point. The aim of the modular structure is to improve the operational capacity of the Customs Service at the crossing point located in Kizil Art. Kizil Art is a border crossing point between Kyrgyzstan and Tajikistan in the Pamir mountain Range and is at an elevation of 4,280 meters. The remote location and high elevation allows for a very short construction period to perform any work. Nine months out of each year, the ground is frozen. The modular structure is to be a two-story office/barracks design. The Government requires a complete design package to also include shop drawings, and a construction schedule. REQUIREMENT AND SCOPE 1.The contractor shall provide all materials, labor and necessary expertise to design, fabricate, deliver, and install a two (2) story modular office/barracks building. a.The structure's design should be a steel framed modular design comprising two floors measuring 9 meters by 18 meters. Due to the extreme cold (temperatures as low as -75 degrees Celsius) and roof snow loads of 80 cm or more, the modular unit must be well insulated to include triple pane glass windows with exterior metal shutters. The entrances into the unit(s) shall be through an enclosed foyer that is well insulated. Insulated, heavy duty steel doors will be used for the entrance into the modular unit. The load bearing system shall consist of wooden purlins, embossed steel beam, and columns. b.All frames are steel and are load bearing. Wall panels are not to be load bearing,. Modular buildings are clamped to the concrete foundation blocks with steel anchorage bolts. All nuts, bolts, screws used for mounting are to be galvanized. c.Concrete Piers- The building will be set on a concrete foundation measuring 56 x 48 x 6 thick (17068.8mm x 14630.4mm). A concrete slab shall be provided and be reinforced with #4 rebar centered in the slab spaced at 12" o.c. as it leads up to and into the foyer entrances. d.Building Structure - The roof and steel frames of the modular building are designed to withstand wind speeds of up to 150 km per hour and the average snow load for the geographic location. The floor of two story modular building is capable to carry 300kg/m2 uniformly distributed load and 200kg point load at any single m2. e.The program requirements include five (5) offices located on the first floor, with suitable storage space, toilet with washbasin, and mirror; entrance with a vestibule, insulated potable water storage tank. The second floor shall be designed to accommodate sleeping space for up to 18 personnel; separate sleeping areas will be included in the design for the unit commander and a second supervisory staff. Include communal bathrooms (2 showers, 2 sinks, 1 urinal, 2 eastern toilets, 2 mirrors); include a kitchen area with sink and cabinets and with suitable storage space, a multipurpose space will be provided for use as the dining area, lounge or break room. f.The design shall include a coal burning boiler for use as the primary source of heat and shall include storage space for coal (estimate 2 tons for loading purposes) located on the first floor. Use of baseboard type heating strips is preferred using a glycol mixture for heating the office space and sleeping areas. i.Electrical outlets will be installed throughout the modular unit for use of electrical space heaters for emergency backup. The Contractor will include the electrical heaters as part of the requirements in this contract. g.Provide hot water for use in the kitchen and bathroom areas. Install floor drains in all bathroom and kitchen areas. h.Install ceramic floor tile in office areas and kitchen. Use wood floor laminate for the sleeping areas. i.Include an insulated dog kennel for use by the Border Patrol. The dog kennel shall be located indoors under the interior staircase. j.The Government has a requirement for a furniture, fixture and equipment (FF&E) list necessary for a turnkey operation to include kitchen equipment, cook ware, and dinner ware. k.Coordination: INL is currently funding a project (under a separate and distinct contract) at Kizil Art to install solar powered panels and wind generators for electrical power. The Government may have a requirement to integrate the use of electrical LED fixtures for illumination using the power generated from the solar panels and wind generators. Potential work on this project includes the addition of a standalone, insulated, heated storage area for the gel packed batteries and electronic equipment for the operation of the solar powered panels and wind generators co-located near the two story modular unit. Include night lights for the sleeping areas and solar powered exterior security lighting for the modular unit. Provide sufficient electrical fixtures in the office area to operate computers, desk top monitors, printers, and peripheral electrical equipment (minimum of four (4) duplex electrical outlets for each office. Use copper wiring for all electrical work. Install a minimum of three (3) electrical outlets for the supervisors sleeping area and one duplex outlet every 6'0" on center for the remaining sleeping barracks area. Ensure that the modular unit is grounded and is provided lighting protection. 2.The contractor shall transport two (2) story modular building and ancillary items to Kizil Art Pass. 3.The contractor shall assemble and make operational the two (2) story modular office/barracks building PERIOD OF PERFORMANCE 1.The proposed period of performance is one hundred eighty (180) calendar days from the issuance of the Notice to Proceed. 2.Due to extreme weather conditions at the Kizil Art Pass, all work must be completed no later than the end of the month of August 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15I0017-ModularBuilding/listing.html)
 
Place of Performance
Address: Kizil Art Tajik Border Crossing Point, Tajikistan
 
Record
SN03620907-W 20150123/150121234836-b411080b500c38a8147646418ee67f21 (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.