Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

Y -- Construction Service

Notice Date
7/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WRAD-8-43565
 
Archive Date
8/27/2008
 
Point of Contact
Melvin N. Fondue, Phone: (206) 526-6043
 
E-Mail Address
melvin.n.fondue@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for renovation repair NOAA, National Marine Fisheries Service (NMFS) PIFSC Facility Lanai located at 2570 Dole Street, Honolulu, Hawaii, adjacent to the University of Hawaii - Manoa. The PIFSC complex was constructed in 1950 and consists of three structures-the main office/laboratory building with two pre-engineered steel annexes (i.e., Main Building, Annex I, and Annex II, respectively). Recently, PIFSC management completed a facility condition survey, which outlined several deficiencies. One of the items on the list is the repairs to Annex I lanai. The lanai provides a wonderful area for PIFSC staff to meet and eat their lunch. However, the wood embedded in the concrete slab on grade has deteriorated to the point where it creates a significant tripping hazard. Additionally, screens are torn and the wood framing has been eaten by termites. Lastly, the kitchenette is infested with termites and needs to be repaired about every four years. Thus, the lanai needs to be repaired so that the staff can enjoy this outdoor area. 2. Purpose. The purpose of this Statement of Work is to define the construction services necessary for repairing the deteriorate Annex I lanai.. 3. Objective. In accordance with the terms of this contract, the Construction Contractor (herein referred to as Contractor) shall be required to furnish all necessary labor, materials/supplies, equipment, services, and supervision and otherwise do all things necessary for or incidental to the performance of the work set forth in this Statement of Work (SOW). These services include but are not limited to: removal and disposal of existing materials, construction/repairs, and construction management necessary; for the successful completion of the project. II. CONTRACTOR TASKS A. Base Item #1 - Damaged Wood Framing. 1. Remove all damaged wood framing; 2. Install new pressure treated wood, cedar, or redwood, priming the butt ends of the wood before installation to reduce moisture penetration; and 3. Apply Sherwin-Williams or approved equal primer to all bare surfaces and caulk where necessary, especially at angles and crevices, to eliminate any opportunity for moisture to penetrate into the substrate (e.g. the surface to be painted); and 4. Paint to all frames with compatible Sherwin-Williams exterior latex paint (color to be selected by onsite Government representative); B. Base Item #2 - Screens. 1. Remove all existing screens; and 2. Install new aluminum wire, charcoal-colored screens and framing; 3. Remove as much paint as possible by scraping or sanding, or using a chemical stripper, or heat gun; 4. Apply Sherwin-Williams or approved equal primer to all bare surfaces and caulk where necessary, especially at angles and crevices, to eliminate any opportunity for moisture to penetrate into the substrate (e.g. the surface to be painted); and 5. Paint to all frames with compatible Sherwin-Williams exterior latex paint (color to be selected by onsite Government representative); C. Base Item #3 - Wood Screeds in Concrete Floor. 1. Remove existing embedded wood screeds in concrete floor a minimum of ¾" below existing floor surface; 2. Install sandy floor grout firmly into the joint area; and 3. Remove any excess grout and apply grout sealer; D. Option Item #1 - Interior Walls. 1. Remove as much paint as possible by scraping or sanding, or using a chemical stripper, or heat gun but do not scrape the existing Transite panels on the west (Ewa) side of the lanai; 2. Apply Sherwin-Williams or approved equal primer to all bare surfaces and caulk where necessary, especially at angles and crevices, to eliminate any opportunity for moisture to penetrate into the substrate (e.g. the surface to be painted); and 3. Paint to all frames with compatible Sherwin-Williams exterior latex paint (color to be selected by onsite Government representative); E. Option Item #2A - New Floor Finish. 1. Wash concrete floor with ProClean® Professional Prep Wash Cleaner or other approved equal, rinse thoroughly, and allow to dry; 2. If surface deterioration presents an unacceptably rough surface, repair damaged concrete with ArmorSeal 5020 Floor Resurfacer and fill all cracks, voids, and bugholes with ArmorSeal Crack Filler or approved equal; and 3. Apply Sherwin-Williams Porch & Floor Enamel to all floor surfaces and curbing; F. Option Item #2B - New Floor Finish. 1. Wash concrete floor with ProClean® Professional Prep Wash Cleaner or other approved equal, rinse thoroughly, and allow to dry; 2. If surface deterioration presents an unacceptably rough surface, repair damaged concrete with ArmorSeal 5020 Floor Resurfacer and fill all cracks, voids, and bugholes with ArmorSeal Crack Filler or approved equal; and 3. Apply Sherwin-Williams ArmorSeal® 1K Waterbased Urethane Floor Enamel or approved equal primer to all floor surfaces and curbing; G. Option Item #3 - Bench Seating. 1. Install three (3) bench-type seating areas, each approximately 11'-0" long) with back rests on the west (Ewa) side of the lanai; 2. Apply Sherwin-Williams or approved equal primer to all bare surfaces; and 3. Paint bench seating with compatible Sherwin-Williams exterior latex paint or approved equal (color to be selected by onsite Government representative); H. Option Item #3 - Cabinets. 1. Remove existing wood cabinets; 2. Install new Werever or approved equal exterior base and wall cabinets along north (Mauka) side of the lanai, approximate dimensions 11' long, 2' deep and 35 " high (color to be selected by onsite Government representative); 3. Install base/wall/corner fillers and toe kick panels; and 4. Install DuPont Corian countertop with 4" high backsplash. I. Option Item #4 - Roofing. 1. Remove existing Transite roof panels; 2. Install new ¾" plywood roof deck, roofing felt, composite roof shingles (color to be selected by onsite Government representative), fascia boards and soffits; 3. Apply Sherwin-Williams or approved equal primer to all bare wood surfaces; and 4. Paint wood trim with compatible Sherwin-Williams exterior latex paint or approved equal (color to be selected by onsite Government representative); and 5. Install aluminum gutters and downspouts; J. Option Item #5 - Ceiling Fans. 1. Remove existing ceiling fans; 2. Install four (4) new Hunter Beaufort series, flush mounted, exterior ceiling fans with integrated lights or approve equal; 3. Install Hunter fan/light wall mount control or approved equal; K. General Requirements. 1. Site Conditions. The Contractor shall be responsible for the following items: a. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required; b. Maintain existing utilities to remain in service (e.g., data/communications cabling, power, lighting, etc.) and protect them against damage during selective demolition operations; c. Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain; d. Proceed with selective demolition systematically, from one end of the lanai to the other; e. Use cutting methods least likely to damage construction to remain or adjoining construction (i.e., use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces) and temporarily cover openings to remain, as necessary; and f. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations (i.e., return adjacent areas to condition existing before selective demolition operations began). 2. Alternative Approaches & Substitute Materials. The tasks listed in this SOW represent the Governments understanding of the work. If the Contractor believes that they have a viable alternate approach to correcting a deficiency, they can submit a description of their approach, along with advantages and disadvantages and an estimated cost. Additionally, the Contractor can submit a request to use substitute materials. The substitution request must contain three copies of each request for consideration and shall contain the following information, as a minimum: a. Statement indicating why specified material or product cannot be provided; b. Detailed comparison of significant qualities of proposed substitution with those of the Work specified (e.g., attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated); c. Product Data, including drawings and descriptions of products and fabrication and installation procedures; d. Cost information, including a proposal of change, if any, in the Contract Sum; e. Contractor's certification that proposed substitution complies with requirements in the SOW and is appropriate for applications indicated; and f. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Coordination. The Government will occupy the premises during entire construction period, with the exception of areas under construction. The Contractor shall coordinate their activities with both the Government COTR/PM and the designated onsite Government representative on a daily basis during construction operations to minimize conflicts and facilitate Government usage. Perform the Work so as not to interfere with Government's operations. Maintain existing exits, unless otherwise indicated. 4. Work Hours. On-Site Work Hours: Work shall be performed during non-business hours (i.e., weekends and/or holidays between 8:00 am HST to 5:00 pm HST). 5. Code Compliance. The Contractor shall comply with all local, state, and Federal environmental, health, and safety regulations while executing this SOW. In additional, the Contractor shall ensure that all work is in compliance with the applicable codes. 6. Disposal. Unless specified otherwise by the Government, the Contractor will be required to properly remove and dispose of all construction demolition waste (CDW) material in accordance with the laws and regulations of the City & County of Honolulu. 7. Recycling. The Contractor should attempt to recycle all recyclable materials to the maximum extent practical. The Contractor shall remain responsible for all costs, and, in turn, shall receive all monies/compensation for their recycling efforts. 8. Contractor's Warranty. Contractor shall provide a one-year warranty on workmanship and a certified copy of the manufacturer's warranty for the materials. III. REQUIRED DELIVERABLES AND OWNERSHIP OF MATERIALS A. Government Contact. The COTR/PM will serve as the Government's primary point of contact to review all submissions to verify adherence to this contract. B. Schedule. Unless otherwise specified in SECTION F, Schedule of Deliverables, the Government will have a maximum of seven (7) calendar days to review all submittals. The schedule for all milestones is listed in SECTION F, Schedule of Deliverables. Reviews by the Government are not to be interpreted as an approval of the Contractor's apparent progress toward meeting the task order requirements but are intended to discover any information which can be brought to the Contractor's attention which might prevent costly errors and omissions. The Contractor shall remain completely responsible for all deliverables in full compliance with the requirements of this task order. C. Units of Measure. The Contractor may take project site measurements in either English or Metric (IS) units, but all deliverable documents shall utilize English units. D. Deliverables. The Contractor shall submit the number of deliverables as specified in SECTION F, Schedule of Deliverables. The deliverables shall be labeled using one of the following titles: Annex I Lanai Design Submittal NMFS PIFSC Facility Repairs Project - Lanai Repairs E. Submittal Address. All submissions shall become property of the U.S. Government and shall be submitted to the COTR/PM: Interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to 206-526-6025 or email (melvin.n.fondue@noaa.gov). This is a simplified acquisition with an estimated value of less than $100,000. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (APR 2005) 2. 52.243-1 I CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE I (APR 1984) 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003)11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (OCT 2003 12. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 13. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 14. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GOV.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c4ee9030c04aa8075f195380203dda26&tab=core&_cview=1)
 
Place of Performance
Address: 2570 Dole Street, Honolulu, Hawaii, 96822, United States
Zip Code: 96822
 
Record
SN01626090-W 20080731/080729230006-c4ee9030c04aa8075f195380203dda26 (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.