Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

Z -- Fire Training Facility

Notice Date
6/16/2017
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-17-B-0005
 
Point of Contact
Michael Hayes Minto, Phone: 7177706145
 
E-Mail Address
michael.minto@dla.mil
(michael.minto@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is for the necessary services, labor, material, equipment and control components required for construction of a prefabricated fire training tower facility to be located north of Area Y, Open Storage Lot. Contractor shall furnish and provide all labor, material, equipment, and supervision to construct a fire training facility at DLA Defense Distribution Depot San Joaquin Tracy Site Tracy CA 95304 in accordance with plans and specifications. The training tower will provide realistic fire training scenarios and live fire training. The fire training tower must have the capabilities to conduct search and rescue training, live fire training, high and low angle training, forcible entry, ventilation, hose advancement, and confined space exercise. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Scope of Work Provide and construct a pre-manufactured fire training tower 18'Lx16'Wx25'-6"H with a 14'Lx16'Wx9'H burn room per Appendix 1 - Training Facility Drawings. Tower shall be a two story structure with a first floor burn room equipped with insulation and temperature monitoring system, interior stairs leading to the second floor, and interior ladder leading to the roof from the second floor. The high roof shall be a singled slope (16 Deg.) roof and the low roof to be ½" / 12". Roof to contain a 4'x4' chop out curb, repelling ring, and a railing system with a chain gate on one side. Windows to be 36" x 48" with galvanized steel shutters, unless otherwise noted. Doors shall be 36" x 84" steel door, unless otherwise noted. Insulation system shall be Westec or equal. Provide and install Scout temperature monitoring system or equal. Burn room shall include two burn pans to facilitate multiple fire locations. Footing/Foundation and floor slab shall be designed and constructed per manufacturer's recommendations. Contractor to verify exact placement and orientation of the training tower with DLA COR prior to installation. General requirement: There are existing underground utilities around the general vicinity. Contractor shall pot hole to verify all existing conditions and dimensions. All demolished materials shall be disposed of off DLA Defense Distribution Depot San Joaquin property. Contractor shall adhere to the specification attached as part of this project. Job site shall be left in a clean and orderly condition, and all construction debris and excess materials shall be removed upon completion of the job. Contractor shall not use Government trash cans, dumpsters, or other waste receptacles. Contractor is subject to all DLA Distribution Depot San Joaquin health and safety regulations, security requirements, and environmental requirements. Additional information will be provided at the time of a pre-construction meeting prior to any work. Contractor shall be responsible for completing the attached Form 1354: Transfer and Acceptance of DoD Real Property. Where a difference in Division 3 - Concrete of the specification and the manufacturer specification occurs, the manufacturer specification shall govern. Period of Performance: Contractor shall commence work upon receipt of a Notice to Proceed (NTP) and shall complete the entirety of the work and heaters shall be ready for use within 150 calendar days after receipt of the NTP. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 150 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238290. The small business size standard is $36,500,000.00 The magnitude of this construction effort is between $250,000 and $500,000 The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-17-R-5012 for the above stated requirement is on or around July 1, 2017. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Michael Minto at Michael.Minto@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-17-B-0005/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin CA, 25600 S. Chrisman Road, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04547752-W 20170618/170616234710-2f26ed6ff2dbb0c022ffed83830f4f21 (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.