Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2016 FBO #5344
SOLICITATION NOTICE

54 -- Prefab Ticket Booth - Package #1

Notice Date
7/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS01379
 
Archive Date
8/6/2016
 
Point of Contact
William Johnson, Phone: 702-293-8362
 
E-Mail Address
wjohnson@usbr.gov
(wjohnson@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
R16PS01379 - Drawings R16PS01379 - Combined Synopsis/Solicitation Combined Synopsis/Solicitation Request for Quote No. R16PS01379 - Pre-Fab Ticket Booth for Hoover Dam The Bureau of Reclamation, Lower Colorado Region has a requirement to purchase (1)One Rectangular Ticket Booth - Minimum Dimensions, 12' Long x 6' Wide x 9' Tall. It is anticipated that one firm fixed-price purchase order will be awarded. All costs to supply and deliver the products shall be included with your quote. Determination of award will be based on the lowest overall price, responsive quote from a responsible offeror. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. (ii) This requirement is being issued as Solicitation No. R16PS01379. This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-86. (iv) This requirement is set-aside to small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 332311 - Prefabricated Metal Building and Component Manufacturing. The small business size standard for NAICS Code 332311 is 750 employees. (v) Contract Line Item Numbers: Line Item 00010: Pre-Fab Ticket Booth: 1 Each (vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver a Pre-Fab Ticket Booth, in accordance with the following salient characteristics. The minimum salient characteristics for the Pre-Fab Ticket Booth are as followings: • Vendor shall submit shop drawings depicting elevations, section, floor plan, electrical with panel & schedule, service entrance locations and anchor clip detail for approval by the Contracting Officer before starting the booth's construction. • Booth must ship in one prefabricated piece, completely assembled, wired, painted, and ready to install on-site. All welded joints ground smooth. Booth will be off-loaded on-site by Hoover Craftsmen using a forklift or crane. Minimum glazing (glass) specs: • All glazing is ¾" tinted tempered dual pane insulating safety glass. • All windows install as shown on the Booth Interior & Counter Top Sketch. • All fixed windows install 3' above finished floor (AFF). • One 3' wide ADA swing door with safety glazing installs in circle-one location. • Five fixed windows 4' tall x 2' wide install in the circle-two locations. • 3' wide steel slide door with insulated safety glass installs in circle-three location. • One transaction window with 2' horizontal-slide feature installs 3' above finished floor in the circle-four location on the sketch. Minimum design specs: • Booth built for off-load on-site via a forklift with fork extensions or a crane. • Booth installs outdoors where temperatures range is from 30 to 120 F. • Booth must be ADA compliant. • Live loads: Floor 100PSF, Roof 50 PSF, wind gusts to 70 MPH • 2" x 2" x 0.83" structural steel tube frames with 16 gage galvanized steel interior and 14 gage galvanized exterior walls • Base height four inches (for outside use). • Twelve gage galvanized steel plate floor • All glazing is ¾" tinted tempered dual pane insulating safety glass. • Five fixed windows • One insulated, 36" wide swing door for handicap access with tint safety glass. • One insulated 36" steel frame slide door with safety glass. • One transaction window with a horizontal slide feature. • Wall insulation R-15. • Roof insulation R-19. • 1' deep drop ceiling grid with 2' square white ceiling tiles. • Roof constructed of internal steel frame with 16 gage galvanized steel decking with a three part membrane • Roof materials solar reflective index of 95. • Roof has a 3" canopy overhang on all sides. • Roof has lifting rings installed • Roof drain • Recessed electric panel, Sq D (or equivalent), 120/240vac, 1 phase, 3 wire with ground bar, 100 amp main, 12 spaces, cover, branch circuit breakers installed. • Install Electrical panel 6' above finish floor with 4 EMT (2") into indoor Hoffman Install indoor Hoffman below Electrical panel with four EMTs between them. • One - Hoffman ASE 18"x18" x8" type 1 indoor steel pull box with screw cover. • One - Hoffman NEMA 3R Steel 18" x18" x8" hinge-lid rain-tight junction box. • Install Hoffman's back-to-back with four 3" chase nipples, lock nuts & bushings. • Install Hoffman boxes (or equivalent) available from any local Electrical supplier. • Install EMT conduits between electrical devices and the Elect panel or pull box. Minimum interior booth specs: • NORA rubber floor tile (or equivalent) in platinum grey color • Counter - painted galvanized steel mounted 32 inches above finished floor. • Counter with two inch holes on each side to pass-thru cables without chafing. • Painted storage drawer (approx 24" wide x 18" long x 3" deep) • One 20 amp duplex receptacle installed below the left-side of the counter. • One 20 amp duplex receptacle installed below the right-side of the counter. • Additional 20 amp duplex receptacles install in each 12' section of wall. • One four foot fluorescent light fixture installs over the counter area • Two additional four foot fluorescent light fixtures equal-spaced. • Separate light switches for each interior fixture. • Interior has one foot drop ceiling with two-foot acoustical tiles installed (with an opening for Hoover to install the ceiling-mounted indoor fan). • Provide Mitsubishi (or equivalent) ceiling mount recessed ductless indoor unit. • Install ½" EMT from wall T-Stat 4" sq j-box to 4"sq j-box under counter top and • to the 4" sq j-box in the drop ceiling near ceiling-mounted indoor fan location. • Install copper thermostat cable between j-boxes (leave 30' coil under the counter). • Install 3/4" EMT from ceiling mount ductless unit j-box to the Electrical panel. • Install THHN copper wire from the ceiling mount ductless unit to Elect panel. • Install a wall mounted fan forced heater with factory-installed thermostat control. • Install EMT from the j-box between the wall heater and the Electrical panel. • Install ½" EMT between receptacles & Electrical panel or indoor Hoffman box. • Install EMT between switch & light j-boxes with EMT home run to Elect panel • Receptacles wired with #12awg copper with THHN insulation. • Fluorescent light fixtures wired with #14awg copper with THHN insulation. • All circuits have a green ground wire. • Electrical devices are UL listed. • Wiring system meets the current NFPA National Electrical Code. • Paint interior light grey. Minimum exterior booth specs: • HVAC unit capable of heating the booth in Winter and cooling it in Summer. • Heat pump split-unit HVAC system with digital thermostat. • Heat-load calculation performed (to ACCA Manual N specs) on this building • in our environment to determine the proper size of the heat pump unit. • Provide a heat pump split-unit HVAC with ceiling-mounted indoor fan unit and • outdoor unit, plus disconnect and accessories needed for Hoover installation • Four exterior lights that wash downward and are controlled by a photocell. • Install ½" EMT between light positions, photocell with Home run to Elect panel • Four anchor clip locations to secure the booth to its concrete pad. • Anchor clips capable of securing this size booth to its concrete pad. • Four lifting rings installed on the roof to lift and lower the booth into position. • Provide a rectangular opening in the floor beneath the electrical panel. • Provide a rectangular opening in the floor beneath the shelf for phone & fiber. • Paint interior light grey. • Provide a drawing of the floor rectangular openings for field underground use. Approximate weight = 4,500 to 5,000 pounds Vendor MUST submit product literature along with your quotation to demonstrate how the proposed product meets the above salient characteristics. The following items are required to be submitted along with your quote: 1. A detailed list of the proposed items with pricing. 2. A technical description of the items being offer in sufficient detail to evaluate compliance with the requirements in this solicitation. This includes product literature and description, such as data specification sheets to show that you meet the above salient characteristics. *It is mandatory that you submit product literature of the items being proposed. If you do not submit this information, your quote may not be considered. (vii) Unit must be assembled upon delivery. Individual shipment of line items will not be accepted. Place of delivery is Bureau of Reclamation, Lower Colorado Regional Office, Hoover Dam Warehouse, US HWY 93, Boulder City, NV 89006. Shipping must be free on board (FOB) Destination. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR Provision 52.212‐2 is not applicable to this RFQ. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To complete obtain and complete a hard copy of Provision 52.212-03, it can be found in the Federal Acquisition Regulation. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post-Award Small Business Program Representative 52.222-3, Convict Labor 52.222‐21, Prohibition of Segregated Facilities 52.222‐26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223‐18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act - Alternate I 52.225‐13, Restrictions on Certain Foreign Purchases 52.232‐33, Payment by Electronic Funds Transfer- System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provision - 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.225-25, Prohibition on Contracting with Entities Engaging in Iran WBR 1452.211.80, Notice of Intent to Acquire Metric Products and Services WBR 1452.215-71, Use and Disclosure of Proposal Info (DIAR 1415.413-70(d)) WBR 1452.225-82, Notice of World Trade Organization Government Procurement Clauses - 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.204-13, System for Award Management Maintenance 52.242‐15, Stop‐Work Order 52.252‐06, Authorized Deviations in Clauses DOI-AAAP-0028, Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) (xiv) Not applicable. (xv) All questions shall be submitted via email to William Johnson at wjohnson@usbr.gov no later than Friday, July 15, 2016, by 02:00 P.M., PST. Offers are due Friday, July 22, 2016 by 02:00 P.M., PST. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to wjohnson@usbr.gov. (xvi) The Point of Contact for this solicitation is William Johnson. She may be reached via e-mail at wjohnson@usbr.gov, or by phone at 702-293-8362.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d244a4ff8c103466d0d9fe40fe9fcc1b)
 
Place of Performance
Address: Hoover Dam Central Warehouse, Boulder City, Nevada, 89006, United States
Zip Code: 89006
 
Record
SN04177057-W 20160711/160709233057-d244a4ff8c103466d0d9fe40fe9fcc1b (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.