Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
DOCUMENT

54 -- VA249-17-AP-1046 Hazardous Waste Storage - Attachment

Notice Date
12/14/2016
 
Notice Type
Attachment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917Q0171
 
Response Due
12/15/2016
 
Archive Date
2/13/2017
 
Point of Contact
Gail Rodriquez-Roman
 
E-Mail Address
Contract Specialist
(gail.rodriquez-roman@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with all parts of and format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is posted as a Small Business Set-Aside, however if there are two or more Service Disabled Veteran-Owned Small Business (SDVOSB)/ Veteran-Owned Small Business (VOSB) manufacturers or authorized dealers, the requirement will be set-aside for SDVOSBs/ VOSBs. SDVOBs/ VOSBs not listed in https://www.vip.vetbiz.gov/ are considered non-responsive and price quotations will not be evaluated. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price, delivery included, considering verified SDVOSB/VOSB sources (FAR 52.212.2 Evaluation factors). NAICS code 332311/750 employees applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. Only emailed requests received directly from the requester are acceptable. Email quotes to gail.rodriquez-roman@va.gov no later than the required due dateThursday December 15, 2016 on or before 12:00 PM (Noon) Pacific Tim Eastern Daylight Time. Receipt must be acknowledged on my desktop computer to be recognized as received. This is the only acceptable method for delivery of quotes. Please state if your company has any government contracts, i.e., GSA, SEWP, NAC GSA BPA, or you plan on a submission under open market conditions. For any government contract, provide your contract number, terms and conditions; SIN the products fall under (if any), delivery schedule and contract expiration date.   Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply.   Thank you. Memphis VA Medical Center requires the following Salient characteristics for the Hazardous Waste Storage : Project Description This statement of work is for the purchase of a Central/Main Hazardous Waste Storage Area. All work completed should comply with City of Memphis, Shelby County, the State of Tennessee and EPA s current RCRA requirements. Storage Area Description The storage area should be a prefabricated building and should meet or exceed the following: Snow Load: 40 PSF Sump Capacity: 538.3 Gallons Wind Load: 90 MPH Exp. C Floor Load: 500 PSF Seismic: Category: C Drum Capacity: 36 Actual Exterior: 19'4" x 9'4" x 9'4" Actual Interior: 18'0" x 8'0" x 7'6" WALL STRUCTURAL FRAMEWORK: Four (4) hour fire rated, weatherproof construction that meets or exceeds UL 263 and ASTM E119. The prefabricated building storage should area should have the following Standard Features: The steel used to fabricate should be free from rough edges, kinks and sharp bends; should be made by controlled means to ensure uniformity and strength. Our welding procedures should be in accordance with the American Welding Society and meet standards set forth by the ASTM, and all welds should be sufficient in size and shape to accommodate UL listed wall designs. Construction should consist of mineral wool insulation and multiple layers of UL Listed gypsum wallboard encased between heavy gauge of Galvanneal steel sheet on interior and exterior faces for maximum durability. Gypsum wall board layers should be offset with overlapping joints. Construction conforms to NFPA 30 and is fabricated from 14 ga. 31/2 channel placed 12 on center. ROOF SYSTEM: One (1) hour fire rated Class A flame spread rating. Wind uplift exceeds UL I60 and should be constructed of 1 hour fire rated, weatherproof construction. Exterior roof sheets should be continuously welded to roof supports at each seam. Roof Structural System should be fabricated from 14 ga. formed channel 4 in width, welded to roof supports at each seam. All framing members should be mechanical or structural tubing. 12 ga. HRS steel roof with mineral wool insulation, multiple layers of UL Listed fire resistant gypsum wall board lined on both interior and exterior with heavy gauge galvanneal sheets. Assembly should meet or exceed UL 263 and ASTME119. Roof should be sloped to facilitate runoff and door(s) should be equipped equipped with rain shields. FLOOR SYSTEM: Grating and Leak Proof Spill Containment Sump Assembly should be a 6 inch high assembly consisting of 1 inch deep welded steel floor grating over 6 inch deep leak proof secondary containment sump. Continuous steel floor grating throughout building, fabricated from welded steel grating with 1 x 3/16 arearing bars at 1 x 3/16 inches on center and crossbars at 4 inches on center. Grating material should be galvanized steel. Sump should be fabricated utilizing continuously welded 10 gauge steel sheets for maximum spill containment. Chemical resistant acrylic alkyd enamel coating should be applied to secondary containment sump. Floor System should be fabricated to comply with NAAMM MBG531, Metal Bar Grating Manual for Steel, Stainless Steel, and Aluminum Gratings and Stair Treads. BUILDING BASE: Open channel construction, underside coated with chemical resistant corothan ICoal Tar for maximum corrosion resistance. Forklift pockets and hold down brackets for ease of offloading and relocation. Building base framing should be capable of withstanding 1000 psf minimum. The building base should be constructed in this manner to ensure the fork lifting, loading, transporting, offloading, and relocation do not affect this chemical storage building. This is to ensure the door openings remain square after lifting the building multiple times with a crane or fork trucks. The building base assembly shall consist of the following materials: 6 x 4 x 3/16 rectangular tubing, Hold Down Brackets welded to building should be ½ thick plate steel angles, Floor Channel C 4x5.4, Floor Channel C6x8.2, and 4 x 2 x 1/8 rectangular tubing STATIC GROUNDING SYSTEM: One exterior grounding connection, one 10 foot long 5/8 diameter copperclad steel grounding rod, and grounding lugs. GRAVITY AIR FLOW VENTS: Should be UL listed with 3 hour rated fire dampers with UL listed 165 degree fusible links. Dampers should include louvers and screens to provide airflow and have a galvanized steel frame and curtain type galvanized steel blades. BUILDING FINISH: After an extensive cleaning process the interior and exterior surfaces should be protected with a high solids alkyd universal metal primer (primer) and a high solid acrylic alkyd enamel top coat providing proven interior chemical resistance as well as exterior abrasion, corrosion, UV resistance and exceptional durability. SIGNAGE: Permanent D.O.T. metal flip placard with rust proof aluminum holder and stainless steel clips on each building. One (1) pressure sensitive NFPA 704 Hazard Rating sign. Accessories (may increase exterior dimensions) Should include: Door Qty 1 UL CLASSIFIED AND LABELED, THREE HOUR (3) FIRERATED 60" DOUBLE LEAF STEEL DOOR. LOCATED ON FRONT OF BUILDING. EQUIPPED WITH A UL LISTED SELF CLOSER, STEEL LATCH GUARD, SURFACE SLIDE BOLT, POSITIVE PRESSURE THRESHOLD AND AN EXTERIOR UL LISTED KEYED LOCK. SUITABLE FOR ALL CHEMICAL STORAGE MODELS. Electrical Panel Qty 1 UL LISTED, SINGLE PHASE, 3 WIRE, 120/240V 100 AMP 8 SPACE LOAD CENTER (NEMA 3R). RAINPROOF AND SLEET( ICE) RESISTANTOUTDOOR ENCLOSURES SHOULD BE INTENDED FOR USE OUTDOORS TO PROTECT THE ENCLOSED EQUIPMENT AGAINST RAIN AND MEET THE REQUIREMENTS OF UNDERWRITERS' LABORATORIES, INC., PUBLICATION NO. UL 508, APPLYING TO "RAINPROOF ENCLOSURES." OTHER ELECTRICAL CONFIGURATIONS AVAILABLE, ADDITIONAL COSTS MAY APPLY. Interior Light Qty 2 UL LISTED CLASS 1, DIV 1& 2, GROUPS C,D. CLASS 2, DIV 1 & 2, GROUPS E,F,G. CLASS 3 DIV 1& 2. USE WHERE MOISTURE, DIRT, DUST, CORROSION AND VIBRATION MAY BE PRESENT. Exhaust Fan Qty 1 EXPLOSION PROOF ELECTROMECHANICAL EXHAUST VENTILATION SYSTEM CONSISTING OF ONE (1) UL LISTED, CLASS I, DIVISION 1, GROUP C AND D TOTALLY ENCLOSED MOTOR (115VAC, 4.5A, 60HZ, 1PHASE) WITH NONSTATIC TWELVEINCH(12) DIAMETER CAST ALUMINUM FAN BLADE. EXTERNAL HOUSING CONSTRUCTED OF 18 GA STEEL, EPOXYCOATED OUTSIDE. EXHAUST INTAKE VENTS LOCATED WITHIN TWELVE INCHES (12) OF THE FLOOR. SYSTEM ACTIVATED BY AN EXTERIOR UL LISTED FAN SWITCH. EXTERIOR EXHAUST FAN PORT OPENING EQUIPPED WITH SHUTTER ASSEMBLY AND SCREEN. MECHANICAL VENT should be SIZED TO ALLOW FOR A MINIMUM OF 6 AIR CHANGES PER HOUR. Fire Suppression Qty 1 UL, ULC LISTED AND FM APPROVED PREENGINEERED DRY CHEMICAL FIRE SUPPRESSION SYSTEM FOR CLASS A,B AND C FIRES. EQUIPPED WITH MEANS FOR REMOTE ANNUNCIATION. SYSTEM INCLUDES FUSIBLE LINK DETECTION FOR AUTOMATIC ACTUATION, MANUAL PULL STATION, AND NOZZLE(S) FOR TOTAL FLOODING APPLICATION. AGENT STORAGE LOCATED ON BUILDING EXTERIOR IN WEATHERPROOF ENCLOSURE. AUDIBLE ALARM should be INCLUDED WITH SYSTEM. SYSTEM SHOULD BE DELIVERED UNARMED AND MUST BE ARMED AND CERTIFIED BY A LICENSED REP. Door Panic Bar Qty 1 PANIC DOOR HARDWARE FOR 36" FIRE EXIT DOOR should cONFORM TO STANDARD UL10C, ANSI A156.3, ADA. UL LISTED, CUL US LISTED HAS EXTERIOR LEVER. Shelving Qty 36 SUMP SHELVING: ADJUSTABLE 16" LEAKPROOF STEEL SHELVING FORMED AND WELDED FROM HEAVY GAUGE STEEL WITH A 2" LIP AROUND THE ENTIRE SHELF. SHELVING LENGTHS SHOULD BE APPROXIMATE AND CAN VARY DUE TO SPACE LIMITATIONS. State Approval TN REVIEW, DESIGN AND/OR INSPECTION AS REQUIRED BY THE STATE. THIS PROCESS WILL ADD SEVERAL WEEKS TO THE OVERALL CONSTRUCTION TIME DUE TO REQUIRED REVIEW AND INSPECTIONS. The contractor should PROVIDE AN UPDATED OVERALL PROJECT LEADTIME CONSIDERING THIS APPROVAL AND CONSTRUCTION TIME AT THE POINT OF ORDER. Stamped Prints and Calcs Qty 1 SPECIFICATION SUBMITTAL PACKAGE WITH STATE SPECIFIC PE STAMP AND CALCS. Ramp Qty 1 ACCESS RAMP SHOULD BE (44"W X 88"L) FABRICATED FROM 12 GAUGE STEEL. COLOR: SAFETY YELLOW. RATED FOR 275 LBS PER SQ FT. Delivery and Freight Qty 1 FREIGHT INCLUDED TO VA MEMPHIS Campus, TN 38104 B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 9033-s12010-0001730 Hazardous Waste: RCRA and NFPA approved Central Hazardous Waste Storage Area 1.00 EA __________________ __________________ 0002 Rigger - Off Loading 1.00 EA __________________ __________________ GRAND TOTAL __________________ FOB Point: Destination Delivery shall be to: Memphis VA Medical Center 10300 Jefferson Avenue Memphis, TN 38104 Government Requested Delivery: 30 days or less. Proposed Delivery:_______________________ Offers must be valid for 60 days after close of solicitation Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov. Alternate system submission:   Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party.   The information will be used to determine product acceptability.   Lack of sufficient information for our staff to determine product acceptability will result in a negative determination.     Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered.     New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested.       SOLICTATION PROVISIONS/CONTRACT CLAUSES: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2016) FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) See evaluation factors above. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2016). The selected offeror must submit a completed copy of the listed representations and certifications with its offer or fill out online representations and certifications at www.sam.gov FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Nov 2016), paragraph (a) and the following clauses in paragraph (b): 4, 8, 14, 21, 22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); for the purpose of this provision, the fill-in s are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.211-6 BRAND NAME OR EQUAL AUG 1999 VAAR Number Title Date VAAR 846.302-70 GUARANTEE JAN 2008 VAAR 852.203-70 COMMERICAL ADVERTISING JAN 2008 VAAR 852.211-70 SERVICE DATA MANUALS NOV 1984 VAAR 852.246-71 INSPECTION JAN 2008 VAAR 852.7002-2 ELECTRONIC SUBMISSION OF PAYMENT NOV 2012 REQUESTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0171/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-Q-0171 VA249-17-Q-0171_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159573&FileName=VA249-17-Q-0171-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159573&FileName=VA249-17-Q-0171-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04352022-W 20161216/161214234829-443192bbca404d26fb75fe9d58e7b6b4 (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.