Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOURCES SOUGHT

C -- Interior Building Renovations

Notice Date
7/12/2006
 
Notice Type
Sources Sought
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204B DENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
06CR45-NoSolicitation
 
Response Due
4/17/2006
 
Archive Date
7/12/2007
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for 8(a), Hubzone, and Service Disabled Veteran Small Business Concerns The USGS has a requirement for interior building renovations at the EROS Data Center in Sioux Falls, South Dakota. The contractor shall furnish all supervision, labor, transportation, materials, equipment, documentation and other requirements necessary to complete the interior renovations unless otherwise specified. See the statement of work below for more project information. The estimated cost range is from $100,000 to $250,000. The work will be performed at The EROS Data Center in Sioux Falls, South Dakota. Interested small business concerns in the 8(a), Hubzone, and Service Disabled Veteran categories need to respond to this inquiry by July 17, 2006 at 4:00pm MST with the requested information as stated below. Fax the information to (303) 236-2710. Telephone calls will not be considered. The information provided will be used to determine if the requirement should be set-aside for one of the identified small business categories. Failure to provide the required information in order for a preliminary assessment to be made will result in the project being advertised for full and open competition. No solicitation document exists at this time. Therefore, requests for such documents without the requested information being provided will be considered non-responsive and no further consideration will be made. This notice may represent the Government's only official notice of this procurement. Required information: Provide information on three projects similar in size and complexity to the proposed project. Information needed is a description of projects in sufficient detail to convey the size and complexity of the projects (limited to one page of information); dollar value of the projects, place of performance of the projects, and a current (reachable) point of contact with name, phone number and company name for each of the projects. Also provide additional information concerning your company such as office locations, subcontracting arrangements, etc. STATEMENT OF WORK REQUIREMENTS Furnish all supervision, labor, material and equipment necessary to complete the work listed below. Work is to take place at the U.S. Geological Survey for Earth Resources Observation and Science (EROS), Sioux Falls, South Dakota. Work shall take place during normal duty hours. Normal duty hours are Monday through Friday, 7:30 a.m. to 4:00 p.m. The Special Notes section below details dust protection requirements, as the areas are associated with occupied work spaces in the adjacent work areas. The assigned Contracting Officers Representative (COR) shall be provided at award. Renovations to Various Office Spaces: 1. Demolition requirements for Renovations to Various Office Spaces - 1305 Area. Refer to Drawings D-1, D-2, DE-1, DE-2, and DM-1. A. Following items are demolition related to rooms 1303 through 1306, and 1313 through 1317, refer to all attached drawings for identification of the work requirements. (1) Remove five 8'-0" x 3'-0" solid wood door and two metal door frames. Existing wood doors shall be re-installed in new locations. See New Work Section for locations to re-install existing doors. (2) Remove cove base and existing chair railing as necessary for install of new partition walls. (3) Relocate 2' x 4' fluorescent light fixtures. See electrical drawings for new locations. Remove can type light fixtures and switches and indicated on electric drawing DE-1. Remove electrical receptacle, conduit and wire as necessary to remove existing walls. Locations of electrical receptacles are indicated on drawing DE-2. (4) Remove carpet in rooms 1303, 1304, 1305, 1315, 1316, and the border carpet tiles just outside existing rooms in room 1306. The existing carpet in the rooms has been glued to the concrete surface which will require scrapping and cleaning to prepare for new carpet tile installation. The existing carpet tiles used outside the rooms is a 18" carpet tile border which was originally installed using a grid set pattern adhesive on the concrete floor and will require minor scrapping and cleaning of the surface to prepare for new carpet tiles installation. Most carpet tiles will come up undamaged and can be re-used on this contract. The government has additional border carpet tiles and will be provided to the contractor as required when re-installing. (5) Remove partition wall sheetrock, metal studs as needed and indicated on drawing D-1 for deletion of walls. (6) Disconnect and remove existing HVAC ductwork, diffusers, and dual duct boxes, as indicated on drawing DM-1. B. General notes for all work requirements in the above paragraphs. NOTE: For all electrical work, remove wire back to nearest junction box. Electrical circuits must be field verified. Panel Ids are noted on the drawings. Material Data Safety Sheets: one copy must be given to the COR, and one copy remain in the work area with the products being used. This will include cleaners, coatings, stains, adhesives, other chemicals as required. 2. New Construction Requirements for Renovations to Various Office Spaces - 1305 Area. Refer to drawings A-1, A-2, E-1, E-2, E-3, M-1, and M-2. The following paragraphs describe the related new work requirements. Refer to drawings for details. A. Partition Wall Construction: (1) Furnish and install new, from floor level through existing ceiling level to roof deck, non-load bearing partitions as indicated on the drawing. (2) The new partitions shall be made up of 3 5/8" (9.2 cm) metal studs, including top and bottom runners, spaced 24" (61 cm) O.C. The metal studs shall be covered with screw attached 5/8" (1.6 cm) Fire code rated type X gypsum wallboard. (3) Tape joints, fill screw head holes and prepare the new walls for painting. B. Doors and Openings: (1) Furnish and install five new metal, minimum 16 gauge, knock down, wrap around door frames for a 3' x 8' (.9144 m X 2.438 m) doors as indicated on drawing A-1. Final location will be approved by the COR. (2) New door frames shall be painted a Pratt & Lambert, Obsidian color, #2294, or approved equal. (3) Furnish and install three new 3' X8' (.9144 m x 2.438 m), solid core rotary red oak doors, twenty minute fire rating. Door swings are indicated on drawing A-1. A total of three new doors to be installed. Re-install the 5 existing doors that were removed during the domo. phase of the work. (4) New door wood stain and finish shall match existing doors located in the same hallway. Finish shall be smooth and cover evenly. Type stain is ICI stain # 1700-0500 or equal. (5) Furnish and install new door hardware 5407L Series, Pacific Beach (PB) trim, or an approved equal. Key type shall be a Yale GB. Color and finish of new lockset shall match those in the immediate area, which is a 26D finish. Contractor shall furnish a construction core with each lockset. Yale key shall be a GB type, 2 key blanks with each lockset. (6) Furnish and install all necessary hardware required to mount all new doors. New hardware shall include wall-mounted doorstop. New hardware shall match the existing in color and finish. C. Electrical and Lighting: (1) Electrical work and installation must meet all federal, state, and local codes, and NEC. Wiring shall be in conduit similar to wiring currently installed. Conductors shall be a type THHN stranded, color-coded to NEC. (2) Install receptacles, indicated below and on the drawing. (3) For each room install at least one single gang duplex recessed mounted duplex outlet on each wall, as indicated on the drawing. The devices and covers shall match existing in the immediate area, Gray switch and outlet, US26D finish cover. The circuits shall be labeled as required in the panel to identify location of the circuits. (4) Re-install existing 2x4 ft fluorescent light fixtures in rooms as indicated on electrical drawing. Space equidistant to ensure even light illumination. Install new 2x4 fluorescent light fixtures in rooms as indicated on electrical drawing. Provide Metalux 2GR8-232A-277V-EB81-U, 2, T8 lamp, 2x4 static troffer, electronic ballast, made by Cooper Lighting. Provide 2 T8 lamps number F32T8SP4/ECO per fixture. If any other brand is offered, submit a cut sheet and submittal information for approval by the COR. The T-8 lamp is mandatory. D. Ceiling: (1) Install new Armstrong white suspension grid system ceiling grid. See drawing for room locations. T-bar system shall be the same as other ceiling grid in surrounding areas. Install in accordance with manufactures recommendations, using #9 wire. Suspend from the joists not from conduits, pipes, air ducts or other mechanical devices above the ceiling. Clean remaining existing grid systems in the remaining work rooms with a spray and wipe off detergent. (2) Furnish and install 2' x 2' (6096 m x .6096 m) ceiling tile. Type of ceiling tile is Armstrong, 323 Omni, white finish in all rooms or approved equal. Contractor may provide submittal information if providing an alternate product. E. Mechanical: See mechanical drawing M-1. (1) Disconnect, remove, ductwork above ceilings, as indicated on mechanical drawing. Provide and install new vav boxes and ductwork at locations as indicated on mechanical drawing. Type units to install shall be, or equal to, Trane Dual-Duct VAV Terminal Units, service model # description VDDF05050COENONB00B0001WW. (2) HVAC Controls and equipment for this project must be Honeywell compatible. Listed below are the required equipment needed for this contract: Quantity Part Number Equipment Description CONTROLS FOR THE TRANE DUAL-DUCT VAV THERMINAL UNITS: 20 Each ML6161A2009 D>C> Act. Standard w/clutch 10 Each T7770C1002 Wall Module, w/setpoint, override, network access, 55-85 Deg. - setpoint, 55-85 F absolute scale, Occ/UnOcc button and LED. 1 Each SWXL10VAV Software effort to configure first unique XL10 VAV box Application 9 Each SWXL10VAVSUB Software effort to configure an identical or subsequent XL10 VAV box application 1 Each AK4719ARE 14/2 SOL FPLP/CL3P Red no shield plenum 1 Each AK3746C Honeywell 18/3 SOL FPLP/CMP Red no shield plenum 1 Each 451805CTP 18/5 SOL CL2P Brown Thermostat Plenum 20 Each W7751F2011 VAV Controller UL-864 - VAVII UUKL-UL- 864 List - Ed w/external wiring subbase 10 Each C7041B2013 Duct Sensor - 20K Ohm, 12 inch Panel 2 Each T-PB202-1 24 VAC Power Supply 4 Amp w/enclosure 115 VAC Input 1 Each 14506635-002 Full size ring cabinet - Rough - In Ring, for full-sized standard cabinet (38" x 24" x 9") 1 Each 14506636-002 Full Size Ring Door - Almond c/w Lock - Door w/lock, for full - sized standard cabinet 1 Each 14506747-002 Full size ring steel subpanel, for full - sized standard cabinet I-LON 1 Each Q7751G2017 I.LON 600 XF1250 Point Server 1 Each Unknown Unknown Note: Equipment listed above shall be equal to Honeywell Products. (3) Install TYPE S-1 white adjustable air diffusion drop-in type air supply diffusers as indicated on drawing. Field verify the size and quantity of ductwork feeding each room. Provide a manufacturers cut sheet submittal of product to be supplied. Approval will be required by COR. (4) Existing sprinkler head locations are shown on drawing A-2. Contractor shall verify locations and make necessary corrections as needed to comply with NFPA codes. F. Room Finish: (1) Repair and paint the walls and doorframes as indicated on drawings. (2) Repair and preparation of the walls shall include filling in all holes/ depressions, repair of cracks, taping, sanding and removing high spots from the surfaces to be painted. General texture of the walls shall be consistent throughout. (3) The contractor shall apply primer to all new wall surfaces. The walls shall be painted with a minimum of two coats of paint. If two coats fail to cover properly additional coats shall be required. Final determination, concerning proper coverage, shall be made by the COR. All paint shall be a satin finish. (4) Primary color of paint on walls in rooms 1303 thru 1305, 1315, and 1316 shall be Benjamin Moore #1552. Color of paint for accent wall in same rooms shall be Benjamin Moore #2246. Color of upper wall paint in room 1306 shall be Benjamin Moore #984. Special multi-color paint to be applied below chair railing in the 1306 area shall be Zolatone or approved equal. This custom color shall match existing in surrounding area. Manufacturer of the paint does not have to be those used to indicate color, but must match specified colors. Unacceptable colors shall be replaced by the contractor at no additional cost to the Government. (5) Re-install existing chair railing and provide and install new additional railing and accessory parts as required for chair railing. (6) Doorframes shall be painted Pratt & Lambert, Obsibian color, #2294, or approved equal. G. Floor Finish: (1) Using standard strippers, scrappers, and buffing techniques, remove all excess materials from vinyl composite tile. Patch any penetrations to be smooth and level with flooring. If any tiles are damaged, the Government has replacement tiles that can be used, and will be provided to the contractor. The Contractor shall provide any adhesives to install the replacement tiles. (2) Install Government Furnished carpet floor tiles 18" square (45.72 cm x 45.72 cm). Actual size may be (17-7/8") square. Manufactured by Interface Flooring, type carpet tile. Carpet style is Geometry #4288. A floor Adhesive will be required to install the carpet. The Contractor shall supply the grid set adhesive to ensure proper installation to manufacturers recommendations. (3) Furnish and install 4" (10.16 cm) vinyl cove base VPI #354 Burnt Umber or match existing in the immediate area. H. The Government COR and contractor prior to demobilizing will have an inspection tour to ensure that cleanup is thorough and complete, and that all work performed is acceptable. If not approved, contractor will be required to finish tasks prior to any final inspection and payments. I. DUST PROTECTION: Dust protection and keeping a clean work area is very critical in the performance of this project. All sanding of drywall, doorframes, etc., shall be accomplished by either having an environmental air cleaner or vacuum hose hooked up to sander, or wet sand. In addition, dust protection barriers shall be installed in construction areas, at time of construction, by the contractor, to protect the adjacent areas from contamination. Coordinate with the COR. Maintain area of work and areas of access in clean room condition to prevent tracking of dirt to occupied areas. J. OUTAGES: Any outages, fire system, electrical, compressed air, etc., shall be coordinated through the COR, no less then forty-eight (48) hours prior to any outage. A. The contractor shall be responsible for complying with all National, Federal, State and local laws, codes and regulations in connection with the execution of the work. B. Contractor is responsible for visiting the worksite to verify measurements and to ascertain the nature and location of the work to be performed and the general and local conditions which can affect the work or the cost thereof. Failure to do so will not relieve the contractor of his responsibility for estimating properly the difficulty or cost of successfully performing the work. Drawings furnished may not be to scale. C. Any changes affecting the scope of work shall originate from or be approved by the Contracting Officer. D. Work will be requested by the Contracting Officer's Representative, COR, when needed, by telephone. A written Work Order will be supplied with each request. The Work Order will specify quantities required, locations, special instructions and completion time agreed to by the Contractor and COR. E. All materials and workmanship shall be subject to the inspection and approval of the Contracting Officer or the COR. All work unsatisfactorily performed shall be promptly corrected and made acceptable to the Government at no additional cost. F. Final inspection and acceptance for each Work Order shall be performed with the contractor, on site by the COR upon completion of job performance. MATERIALS The contractor shall furnish all supplies, materials, and equipment necessary for the performance of the work included in this contract unless otherwise specified. Materials and supplies to be used shall be commercially available products of reputable manufacturers or suppliers and shall be of a quality to conform with applicable Federal Specifications. LICENSES-PERMITS The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses or permits, and for complying with any Federal, State and Municipal laws, codes and regulations in connection with the execution of the work.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=859380)
 
Place of Performance
Address: Sioux Falls, South Dakota
Zip Code: 57198
Country: USA
 
Record
SN01087601-W 20060714/060712221246 (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.