Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4, 2001 PSA #2864
SOLICITATIONS

Z -- CONVERT OPEN AREA TO ENCLOSED OFFICE

Notice Date
May 31, 2001
Contracting Office
U.S. Department of Energy, Nevada Operations Office, P.O. Box 98518, Las Vegas, NV 89193-8518
ZIP Code
89193-8518
Solicitation Number
DE-RQ08-01NV14054
Response Due
July 6, 2001
Point of Contact
Diane Rodriguez, Purchasing Agent, (702) 295-1080; Beverly A. Colbert, Contracting Officer, (702) 295-1466
E-Mail Address
click here to contact the purchasing agent (rodriguez@nv.doe.gov)
Description
(i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Fed. Acquisition Reg. 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) Solicitation number is DE-RQ08-01NV14054; this is a REQUEST FOR QUOTATION (RFQ). The solicitation document and incorporated provisions/clauses are those in effect through Fed. Acquisition Circular 97-25. (iv) This solicitation is 100% set-aside for Hubzone firms. The North American Industry Classification System Code is 233320 and size standard is $27.5 million; (v) Offeror shall provide all materials, labor, and transportation necessary for modifications to Area D, 2nd Floor of the Nevada Support Facility (NSF). (vi) Statement of Work -- The vendor shall provide all labor, materials, and transportation necessary to complete the following work: a.) Demolish approximately 11' 2" by 10' 4" of the gypsum wallboard ceiling located in the southeast corner of the Manager's Suite and prepare all surfaces for installation of a metal support system ceiling. b.) Remove the canister type incandescent lighting fixtures, housings and accessories. c.) Install a metal support system in accordance with ASTM C754 and manufacturer's printed directions. Provide carrying channels attached to or wire hanger suspended from building construction. Provide approved hanger attachment devices. Do not suspend from roof deck. Space and support carrying channels not more than 48 inches each way, unless otherwise required to meet fire resistance ratings. Brace and secure carrying channels in position, true and rigid and in a manner to prevent deflection. Keep carrying channels approximately one inch free of wall and other building elements. Install furring channels at right angles to supporting members and secured with wire clips or 2 loops of tie wire at such intervals that the span of furring channels nowhere exceeds 48 inches. Secure furring channels not more that 24 inches center to center. Join furring channels by nesting channels not less than 8 inches and securely tied with double loops of tie-wire. Locate the first and last furring channel and ends of furring channels approximately 2 inches from walls and other building elements. d.) Provide and install two complete surface mounted fluorescent lighting fixtures with lamps, ballasts, and accessories per NEMA LE 4 and UL 1570. Locate ballasts so that ballasts can be removed and replaced without removing the lighting fixture from any normally permanent mounting. Provide and install interior, light reflecting surfaces of the fixtures with a minimum reflectance of 85 percent, fluorescent lighting specified for ceiling surface mounting with off-set knockouts to avoid interference with ceiling structure. e.) Modify the existing supply and return ventilation from room D-209 to feed the new constructed office. Provide and install complete composite flexible duct assemblies which meet the Class 1 requirements of NFPA 90A and 90B, and labeled Underwriters Laboratories Inc., with a flame spread of 25 or less, and a smoke developed rating of 50 or under, in compliance with UL 181. Rated for a minimum of 12 inches water gage positive static pressure and minus 2 inches water gage negative static pressure. Factory fabricated assembly consisting of a zinc-coated spring steel helix, non-perforated inner liner, wrapped with a nominal one-inch-thick 1 lb./cu. ft. density glass fiber insulation, sheathed in a vapor barrier jacket factory sealed at both ends of each section. Sealing compound and tape as manufactured by United McGill Corp; Foster Products Division; H.B. Fuller Co. or 3M, UL classified and complying with NFPA 90A, Class 1 requirements (flame spread of 25 and smoke developed of 50) when applied in a manner consistent with their intended use. Install hangers and supports in conformance with the requirements of the SMACNA "Duct Design Construction Standards". Support ductwork from the building structure and not from the supporting systems, roof deck, or equipment of other trades. f.) Changing the fire sprinkler heads in this area is not part of this scope of work. g.) Construct a glass front office steel door and steel window frame. Steel windows shall be heavy intermediate type with fixed lights as manufactured by Hope's Architectural Products Inc. William Bayley Co. or as approved. h.) The door opening shall accommodate a glass door approximately 36" x 84 " with five frosted glass panels consistent to those of other offices within the building. i.) The two bottom frosted windows panels shall be approximately 42" x 30" consistent to those of other offices within the building. j.) The two center frosted window panels shall be approximately 42" x 50" consistent to those of other offices within the building. k.) The two top window clear panels shall be approximately 42" x 34" consistent to those of other offices within the building. l.) The single top window clear panel above the door shall be approximately 33" x 35" and consistent to those of other offices within the building. m.) Windows and doors shall be designed for outside face glazing. n.) In the contractors shop all oil, grease, sand, dirt or other foreign substance shall be removed from all metal. After cleaning, chemically treat metal surfaces to assure maximum paint adherence. Apply primed finish to all ferrous metal surfaces. After cleaning, follow with dip or spray coat of rust-inhibitive metallic oxide, zinc chromate or synthetic resin metal primer on all ferrous metal surfaces, bake on or oven dry. Finish surfaces shall be smooth and free from irregularities and rough spots. Color shall be consistent to all metal work in building. o.) Anchor window and door units to adjoining construction. Drill and tap steel work for the attachment of window and door units, trim and accessories. Anchors shall be no more than 18 inches apart at heads, jambs and sills. All anchors shall have sufficient strength to hold the door and window units firmly in position. p.) Mullions shall be securely anchored at each end to adjacent construction, and secured to window and door units. Trim to be formed of steel as required to close space between window frame and adjacent construction. Corners shall be held in alignment by concealed backup piece. q.) After windows and doors have been installed and glazed, adjust hardware and operating parts as necessary. r.) Safety glass shall be required for glass occurring in doors and sidelights conforming to ANSI Z97.1 and testing requirements of CPSF 16 CFR part 1201, and listed in the SGCC Certified Products Directory with appropriate SGCC certification mark or label permanently affixed. Sizes required for glazing indicated openings, with glass edge clearances, tolerances, and edge conditions complying with recommendations of glass manufacturer. s.) Remove the first three vertical file cabinets along the cubical area in the Manager's Suite. Scribe and cut custom counter top to fit adjoining work and refinish cut surfaces or repair damaged finish at cuts. Shim as required using concealed shims and leveling devices. Secure into place-attaching it to the file cabinet. t.) Provide and install outlet hardware designed to be installed over conventional single gang electrical junction telephone prewire box. Jack module installation in wall without separate chassis. Provide and install two 8 position 8 conductor Category 3, non-keyed jacks with USOC pinning sequence on both using two (2) four (4) pair unshielded twisted pair cable from communications closet D-201 to north wall of newly constructed office. Provide and install a single gang, multiple position face plate, fixed IDC terminations of all jacks. u.) Provide and install two 8 position 8 conductor Category 5-rated, non-keyed jacks with T56B pinning sequence on both using two (2) four (4) pair unshielded twisted pair cable from communications closet D-201 to north wall of newly constructed office. Provide and install a single gang, multiple position face plate, fixed IDC terminations of all jacks. v.) Using the existing circuit, install one surface floor mounted quad 120 volt, 20 amp receptacle at floor plate adjacent to cubical # WD 202. w.) Using existing signal circuits, Provide and install outlet hardware junction telephone box flush mounted in floor adjacent to office work station WD-202. Provide and install two 8 position 8 conductor Category 3, non-keyed jacks with USOC pinning sequence on both using two (2) four (4) pair unshielded twisted pair cable from communications closet D-201 to north wall of newly constructed office. Provide and install a single gang, multiple position face plate, fixed IDC terminations of all jacks. x.) Provide and install outlet hardware and a conventional single gang electrical junction telephone prewire box on the exterior wall adjacent to door D-2. Jack module installation in wall without separate chassis. Provide and install two 8 position 8 conductor Category 3, non-keyed jacks with USOC pinning sequence on both using two (2) four (4) pair unshielded twisted pair cable from communications closet D-201 to the exterior wall. Provide and install a single gang, multiple position face plate, fixed IDC terminations of all jacks. Drawings provided upon request. Requests can be either faxed or e-mailed. Site Preparation: Prior to start of work, the vendor shall inspect all locations where work is to be performed and notify the Project Officer or the Contracting Officer in writing of conditions detrimental to the proper and timely completion of the work. The vendor shall not proceed with the work until all unsatisfactory conditions have been corrected. The vendor shall be responsible for all necessary safety barriers. Site Clean-Up: The vendor is responsible for daily removal of all debris from the building and protection barriers will be placed to reduce construction dust in the active work area. The use of Government trash receptacles is not allowed. Access: Due to badging and security requirements, all employees performing duties on this job, must be U.S. citizens. Prior to arrival, you must contact the designated point of contact (POC) referenced on the front of the SF 1449 Block 15. The Nevada Support Facility (NSF) is a secured facility and requires a NNSA/NV sign-in and/or escort for any work to be done. Valid photo identification is required for badging purposes. Coordination with this POC is required prior to the contractor's arrival to perform work in order to avoid delays in gaining access to the NSF. If the contractor does not coordinate with the established POC prior to arrival at the NSF and access is denied, the Government will not be liable for the costs of that trip. (vii) All work is to be completed within 8 weeks after award. All work shall be performed between the hours of 5:00 p.m. and 2:00 a.m., Pacific Standard Time (PST), Monday through Thursday; and between 5:00 p.m. Friday through 2:00 a.m. Monday, excluding holidays observed by NNSA/NV. All work is to be performed at the NSF, located at 232 Energy Way, North Las Vegas, NV, 89030. (viii) FAR provision 52.212-1, Instructions to Offerors Comc'l Items, applies and the following addenda: para (b)(4) In addressing technical portion of RFQ, offeror must provide their plan to accomplish work, schedule, and labor plan. Para (b)(11) An SF-1449 must be completed and signed (3 copies) and returned with the offer. (ix) Refer to provision at 52.212-2, Evaluation Comc'l Items, Technical ability is 55%, Past Performance is 45%, and price is 5%. (x) Offeror is to complete and return provision at 52.212-3, Offeror Reps & Certs Comc'l Items. (xi) Clause at 52.212-4, Contract Terms & Conditions Comc'l Items is applicable. (xii) Clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes & Executive Orders Comc'l Items is applicable as amended. (xiii) N/A. (xiv) The magnitude of this requirement is between $25,000 and $100,000. (xv) Numbered Note 27 applies. (xvi) SITE VISIT IS SCHEDULED FOR WEDNESDAY, JUNE 13, 2001, AT 9:00 A.M., PST, AT THE NSF AND IS LIMITED TO U.S. CITIZENS ONLY. No other tours will be offered. Please fax your attendance request to (702) 295-5305, Attn: Diane Rodriguez, no later than June 11, 2001. Quotes are due on July 6, 2001, at 4:30 p.m., PST, at 232 Energy Way, N. Las Vegas, NV, 89030, for hand carried or courier delivered packages; or PO Box 98518, Las Vegas, NV, 89193-8518, for USPS, to Attn: Diane Rodriguez. (xvii) Questions can be referred to Diane Rodriguez, Purchasing Agent, (702) 295-1080. NOTE: Package not completed in accordance with instructions at 52.212-1 could be deemed as non responsive.
Web Link
click here to access referenced documents (http://www.nv.doe.gov/business/procurement/solicit.htm)
Record
Loren Data Corp. 20010604/ZSOL005.HTM (W-151 SN50N6C1)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on May 31, 2001 by Loren Data Corp. -- info@ld.com