Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2008 FBO #2446
DOCUMENT

Y -- Construction of Office (Seed Lab) Addition - Presolicitation

Notice Date
8/5/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Texas State Office, 101 South Main Street, Temple, Texas, 76501-7602
 
ZIP Code
76501-7602
 
Solicitation Number
AG-7442-S-08-0029
 
Archive Date
10/7/2008
 
Point of Contact
Chip Burnette,, Phone: 2547429921
 
E-Mail Address
chip.burnette@tx.usda.gov
 
Small Business Set-Aside
N/A
 
Description
1.The contractor shall provide all supervision, labor, tools, equipment and material needed to erect a pre-engineered, steel building addition on a concrete foundation (constructed by the contractor.) 2.The work shall consist of constructing and attaching an addition of approximately 400 square feet (20’ x 20’) to the southwest corner of the existing PMC office building. 3.The office addition shall be approximately 400 square feet (20’ x 20’), finished inside for use as a laboratory and shall be complete with all insulation, HVAC, plumbing, electrical wiring, fixtures, doors, windows, floor covering, cabinetry and sink as outlined in the attached floor plan and specified below. All materials shall be new, unused, and free from defect of commercial grade and of American manufacture. 4.Plans for the office addition and foundation shall be signed and sealed by an engineer licensed to practice in the State of Texas. All bids must include a copy of the current engineering license and seal. 5.The building shall be designed to meet or exceed the following: •2006 International Building Code / 2006 International Residential Code with Texas Revisions. This addition is located in Kleberg County, Texas and is within Designated Catastrophe Area Inland II of the Intracoastal Canal requiring 110 mph 3-second gust design wind speed. •All Local building codes and requirements. •The building foundation shall be designed for the local soil conditions and in accordance with Southern Building Code and all local requirements. 6.The building components shall be warranted for a minimum of twenty years. 7.Exterior features of the addition must include the following: •Powder Coat painted to match existing building. •The addition will be equipped with installed gutters and downspouts •Be fastened with stainless steel, aluminum or other corrosive resistant fasteners. •Constructed of material to resist salt corrosion due to the site located in close proximity to the Texas Gulf Coast. 8.Interior features of the addition must include the following: •Ceiling height of eight (8) feet, finished with 2’ x 4’ acoustical panels. •Wiring shall be routed in appropriate conduit pipe to furnish the following: (See drawing for location) eleven 110 volt single phase outlets - (two on the east wall, four on the south wall, one on the west wall, two on the north wall and two from the center of the floor; one 220 volt three-phase electrical outlet (on the South wall.) •Lighting shall consist of four, 48” fluorescent light fixtures with diffuser. Lights shall be controlled by switches located near both entry doors. •Wall coverings shall consist of a sounding board installed under a 1/8” thick birch (or other light shade wood grain) paneling to match existing wall coverings in the PMC office. •Wood Cabinets similar to existing conference room cabinets shall be constructed and installed by contractor. Cabinets will be installed above the sink on each side of the window, above the refrigerator, above the three germination chambers as shown in the floor plan and below the sink and drain boards. Cabinet dimensions shall be 36” x 18”, 136” x 30” and 85” x 34” (see diagram for detail.) •Floor covering shall be a no-wax, commercial grade vinyl floor covering. A sample of the floor covering must be approved by the contracting officer (CO) or Contracting Officer Technical Representative (COTR) prior to installation. •16-ga stainless steel standing sink with drainboards. Contractor shall furnish and install a two basin double sink as shown in the diagram. Each basin shall be 20 inches wide by 16 inches long and 20 inches deep. The sink and drainboards shall be equipped with an 8 inch high splashguard. The sink shall be equipped with two 24 inch by 24 inch 16-ga stainless steel drainboards (one on each side of the basins). Contractor shall provide and install a commercial grade faucet body for this sink. Faucet must be approved by CO or COTR before installation. •Doors shall consist of: 1. (1) Exterior, insulated steel door with minimum dimensions of 4’ x 7’ x 1 ¾”. Exterior door must be furnished complete with astragals, metal threshold, weather stripping, ball bearing hinges, lockset, double cylinder dead bolt, and door closer. All locksets, deadbolts and keys will be furnished by the contractor. All locksets and deadbolts will be keyed alike existing PMC office meaning the same key can open all doors on the PMC office and new addition. 2.(1) Solid wood interior door with minimum dimensions of 3’ x 6’8” x 1 3/8”. Interior door shall match the shade of the existing and new wall coverings. •Windows, doors and floors shall be trimmed with molding. Floor molding shall include baseboards and shoe molding. •Windows shall be single hung aluminum consisting of insulated glass and match existing PMC office building windows. Four (4) windows 36” x 36” windows shall be installed as shown on drawing. Windows shall be fastened with aluminum, stainless steel or other non corrosive fasteners compatible with aluminum. Windows shall be complete with locking mechanisms, removable screens and weather stripping. 9.Plumbing – Contractor shall furnish and install waterlines, cutoffs, faucets and drain lines. Commercial grade fixtures are required. Contractor will furnish and install cold water inlet lines with cutoffs through North wall for double sink installation. Contractor shall furnish and install inlet with cutoff valve and outlet lines from existing water heater to the double sink. 10.The addition must be compatible with the existing office building which is a Varco – Pruden pre-engineered metal building. The addition must be from the design of a manufacture who is regularly engaged in the fabrication of pre-engineered structures. 11.A separate HVAC system will be provided and installed by the contractor. The contractor shall be responsible for sizing and supplying all mechanical equipment, labor and materials necessary to heat, ventilate and air condition the building to commonly accepted standards and in compliance with applicable nation mechanical codes. High velocity grills will be required. Heating and air conditioning shall be electric, forced air, central systems. The inside unit will be located in the current building store room. The outside unit will be placed next to the existing outside unit. 12.HVAC outside unit of the existing building will be relocated by the contractor if required to accommodate the new addition. 13.Contractor shall provide a guarantee on the structure for a period of 20 years by the building manufacturer and a guarantee on the exterior paint finish for a period 15 years. A specimen copy of the document must accompany the offer, clearly stating the conditions under which the guarantee is valid. 14.All offers must include a letter from the metal building manufacturer certifying that the building proposed will meet or exceed all national, state and local building code requirements for structure located in the Designated Catastrophe Area Inland II of Texas. 15.Contractor shall have a Project Manager available to the COTR during normal work hours Monday through Friday 8am to 4:30pm CST, excluding federal holidays, on site at all times when work is in progress. The Project Manager must be able to bind the company. The Project Manager shall be the central point of contact with the NRCS for performance of all work under this contract. Project Manager shall be responsible for overall management and coordination of matters pertaining to this contract. Project Manager shall have a cell phone and be accessible to NRCS at all time during business hours. To aid in communication, Project Manager shall be able to speak, read, and write English. 16.A site visit will be held at 10:30 a.m. 12 August 2008. Attendance is not mandatory, but offerors are encouraged to attend in order to fully understand site specific requirements. 17.Contractor is expected to maintain set production goals and complete the job site no later than December 30, 2008. Contractor will provide NRCS a plan of work identifying production goals documenting building completion by December 30, 2008. 18.Contractor is responsible for their equipment on the PMC grounds. The Government is not liable for damages or losses of equipment due to theft or vandalism. 19.Work schedule shall be Monday through Friday, from 8 am to 4:30pm CST, excluding Federal Holidays. 20.Invoices shall be submitted to the COTR for certification no more than once per month, unless payment is the final invoice. Invoice will then be forwarded to CO for payment. 30. Sanitary facilities, such as chemical toilets, must be provided and located at the job site. 31. Each job site shall be considered a hardhat area. All persons, including operators, are required to wear hardhats while operations are in progress.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e40505ff56b39dd1a1cafe25c9a707b7&tab=core&_cview=1)
 
Document(s)
Presolicitation
 
File Name: Diagram of building addition (Addition diagram.pdf)
Link: https://www.fbo.gov//utils/view?id=7a2529b6fbc32324d966bb9c3803fd44
Bytes: 66.15 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Kika de la Garza Plant Materials Center, 3409 N FM 1355, Kingsville, Texas, 78363, United States
Zip Code: 78363
 
Record
SN01631848-W 20080807/080805223335-e40505ff56b39dd1a1cafe25c9a707b7 (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.