SOLICITATION NOTICE
Y -- Replace Guard House at Gate 5A - Solicitation
- Notice Date
- 6/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, Anniston Chemical Agent Disposal Facility (ANCDF), 3580 MORRISVILLE ROAD, Anniston, Alabama, 36201, United States
- ZIP Code
- 36201
- Solicitation Number
- ANCDF-RFQ-W11-1383
- Archive Date
- 7/7/2011
- Point of Contact
- Ashley Rollins, Phone: 256-238-0721 x 131
- E-Mail Address
-
ashley.rollins@wancdf.com
(ashley.rollins@wancdf.com)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Subcontractor to provide all materials, tools, labor and equipment to remove existing facility to Gate 5A Warehouse fenced enclosure, clean up and haul-off of all other associated waste for ANCDF (determinations of power, control and radio circuitry to be performed by ANCDF personnel after LO / TO by ANCDF). All government property book items i.e. HVAC unit, lights, etc. shall be delivered to the warehouse for turn-in and disposition. Subcontractor shall procure and install a portable steel building measuring ten (10) feet wide and sixteen (16) feet in length at the exact location of previous guardhouse facility. Subcontractor to provide site work preparations for unloading, placement, installation and anchoring of building on site. Subcontractor to utilize existing on site electrical connections currently in place. Structure shall be: •§ A prefabricated steel building 16x10x8 •§ Single unit steel construction •§ 14-gauge galvanized steel panels and tubing on the exterior •§ 18-gauge galvanized steel interior panels or equal. •§ Building to have all welded joints ground to smooth surface. Aluminum or fiberglass construction not acceptable. •§ Building shall be constructed to accommodate the utilities input at same locations as current facility and shall be piped to accept all utilities in the same manner. •§ No exterior conduit shall be used. •§ Light sensitive flood lights to be mounted at sides of the structure to span entire area of concern (as now) •§ Current antennas (service) to be mounted as they are currently for and aft on the building. •§ Base of structure will be steel framed and pad mounted so as to allow for relocation by use of forklift and will also have welded roof mounted lifting ring(s) for moving of unit by crane. •§ Base shall have anchoring clips with pre-drilled holes for securing to anchors. •§ Once the structure is in place, it shall be completely leveled to the existing site. •§ Subcontractor shall provide and install a complete anchoring system and attach facility to that system. •§ Floor shall be minimum 3/4" thick marine plywood with a metal weather shield covering the entire floor assembly and located between the frame and underside of the floor joists. •§ Interior floor surface shall be vinyl composite floor tile. •§ Exterior colors of wall and roof shall match existing color scheme of adjacent badge facility (Building 711). •§ HVAC shall be a single unit split system of heating and air conditioning, wall or ceiling mounted and configured in such a manner as to be confined within the footprint of the structure and shall be electrically similar to the amperage draw of the unit in place at this time. •§ Roof shall be galvanized steel, standing seam hip, designed loaded for 50PSF and wind rated at 100 MPH. •§ Roof structure fully insulated R=17 or better. •§ Gutters and downspouts shall be installed around the entire perimeter of the facility and shall be directed to the "down hill slope". •§ Interior walls shall be insulated with minimum 2" fiberglass, R=10 or better. •§ Sliding doors, 2 each installed on each side of the building, shall be top-suspended, heavy-duty sliding, minimum 18-gauge, and fully weather stripped. Doors shall have ¾ view, fixed tempered safety glass with hook bolt type lock and all roller assembly hardware. Trolleys shall be ball bearing, adjustable pendant type. •§ Windows installed around entire structure, 16-gauge steel frame system with flush mounted corners, welded fastening and weather-sealed at the factory. Installed glass shall be clear, tempered, low-E type and ¼" minimum thickness. One window on each side shall be a slide open type for ventilation. •§ Awnings are to be provided facing the oncoming and off going traffic to prevent glare on windows and shall be of a color and metal structure consistent with the building. •§ Shelving / Work counters shall be a 22" minimum depth, 14-gauge stainless steel counter across the width of the facility (front and rear), mounted 32" above the floor. Each counter shall include one 16" wide steel storage drawer. Counter shall be welded in place. Include two (2) electrical cord access holes in each counter at or near installed electrical outlets. •§ Electrical system shall be U.L. approved system to support installed HVAC, lighting / outlets wired to N.E.C. standards and complete panel system to support 125 AMP 120 / 240 volt, 3 wire 8 pole mounted cabinet. Install 10 each duplex outlets, 2 each GFI outlets and fluorescent lights with 3-way pole wall switches. All work shall be as a coordinated effort between Security, ANAD Utilities, ANCDF process and procedures and the subcontractor. There shall be no deviation from the original scope except as allowed through ANCDF Subcontracts as required depending on the changes being recommended. Any additional work such as site preparation / location problems that might be discovered during work execution shall be brought to the attention of the Process Coordinator and Subcontracts Administrator prior to proceeding with any further work in that area. Subcontractor Submittals Subcontractor shall provide product datasheets (PDS), Material Safety Datasheets (MSDS), and manufacturer's product specifications with proposal. Upon award, subcontractor shall submit manufacturer shop drawings for the building required for this project. Drawings shall include elevations, section, floor plan, electrical schedule, HVAC locations and anchoring details. Subcontractor shall provide printed product manuals for all other products or equipment installed as part of the subcontract. Subcontractor shall provide a written 5 year warranty against defects, rust / corrosion failure (both product and workmanship) from the portable building product manufacturer. Subcontractor shall provide written procedures provided by the product manufacturer(s) detailing Manufacturer Approved In-house Maintenance of the building. Procedure shall include products specifications and repair methods. General Work Requirements Subcontractor(s) will participate in the pre-job briefings to ensure that good communications are established with ANCDF Subcontracts and Maintenance departments before any work begins. Extreme caution shall be taken to ensure that unplanned outages, road closures or work interruptions will not occur. Schedule of Work All work to remove and replace guardhouse facility shall be conducted during daylight hours on Saturday and / or Sunday only. New structure can arrive earlier and be staged in the back of the parking lot adjacent to the job site. This action must be coordinated with Subcontracts and Process Coordinator before delivery date. Questions Regarding Scope General questions and questions regarding contractual matters, payments, site access or required training shall be directed to Ashley Rollins @ 256-238-0721ext. 131. Technical questions and / or concerns shall be addressed by Stan Batey through the Subcontract Administrator via e-mail. WA will conduct a mandatory walk-down inspection of the work site at 8:30am CST on June 28, 2011. All parties will meet in the parking lot of Building 711 at the specified date and time. Please contact Ms. Tammy Fisher at 256-238-0721, extension 124 to make arrangements to attend the walk-down.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/924f963bc7cc7cdae45309cb4c954ccf)
- Place of Performance
- Address: Anniston, Alabama, 36201, United States
- Zip Code: 36201
- Zip Code: 36201
- Record
- SN02473281-W 20110617/110615234621-924f963bc7cc7cdae45309cb4c954ccf (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 |