Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
SOLICITATION NOTICE

Z -- UPGRADE AND INSTALL CARGO DOORS

Notice Date
2/29/2016
 
Notice Type
Presolicitation
 
NAICS
238350 — Finish Carpentry Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330016Q0164
 
Point of Contact
Mogen Gilson, Phone: 7177704757
 
E-Mail Address
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor is to furnish all labor, material, equipment, transportation, supplies and supervision necessary to upgrade and install cargo doors, motor operators, hardware, frames, and safety mechanisms at two separate warehouses; three separate locations at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy CA 95304. Contractor shall field survey, identify, and confirm, with the Contracting Officer Representative (COR) or the Project Manager (PM), the exact location and scope of work to be completed at Buildings 57 and 56. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Project Requirements - Buildings 57 and 56: 1.1 Provide and install 1 Rapid Roll Up Door at building 57, section 1, Door 11, meeting the following specifications: 1.1.a. Door Dimensions are 20' x 14' (Twenty feet wide and fourteen feet tall). 1.1.b. Electrically operated 277/480 door mechanism with integrated function control panel and circuitry. 1.1.b.1 Door control panel shall display and provide a means for disconnecting electrically and provide full function operation, manually (hands height); at the location. 1.1.c. Constructed of all-weather materials for exterior applications. 1.1.d. Have channeled side guides constructed of all-weather steel. 1.1.e. Door curtain shall be caution yellow in color, solid reinforced PVC material, with sealing sides and soft bottom edge; minimum curtain weight is 25oz per square yard. 1.1.f. Door curtain shall withstand wind speeds up to 100 mph and be self- repairing should it become detached from its' guides. 1.1.g. Door curtain shall have minimal wind sway, (one foot or less), from its normal resting center point at floor level. 1.1.h. Door drive system shall provide open and close operations at a minimum speed of 30 inches per second. 1.1.h.1. All drive components, gear boxes, roller assembly, shall be covered or otherwise; protected from the weather or elements by existing building overhang. 1.1.i. Door mechanism shall incorporate a safety mechanism to protect pedestrians and equipment from downward force of the door closing. 1.1.j. Door mechanism shall have interior and exterior sensing capability for automatic open and close operations; upon approach or departure. 1.1.k. The new rapid roll up door shall be interlocked to the interior steel rollup door. 1.1.k.1 The rapid rollup door function shall be locked out when the steel door is in the down position. 1.1.l. Provide one exit, minimum 1" hole bored through 6" concrete wall, to accommodate electrical services for exterior hardware installation. 1.1.m. Existing 3 phase 480 volt, electrical power available for tap with proper identification, disconnecting means, and fuse protection; load capacity permitted and sufficient. Additional wiring shall be installed in ¾" EMT, (Electric Metallic Tubing). 1.1.n. Permanently mount all door hardware and equipment to existing concrete structures. All necessary hardware and equipment shall be permanently mounted to the existing concrete structures. (See Picture 1 and 2 for reference) 1.2 Provide and install one Rolling Grille Security Door, Framework, and Electrical Operator at Warehouse 56 section 3 battery room that meets the following specifications: 1.2.a. Door measured dimensions are 14' x 10' feet, (See Picture B1, B2, B3, and B4 for Further Detail). 1.2.b. Door has horizontal aluminum rodding, minimal 5/16" inch spaced at a minimal 1 ½" apart; consistently. 1.2.c. Door has vertical aluminum links spaced at a minimum 9" inches apart, consistently. 1.2.d. Door shall be equipped with a lockable aluminum tubular bottom bar. 1.2.e. Door shall have electric operated opener and auxiliary chain hoist opening capability. 1.2.f. Door shall have one single or three phase, grounded, 120/208 volt, 20 amp, electrical circuit installed in ¾" (EMT); from local electrical panel "LP 3" (Distance 150' feet). 1.2.f.1. Provide one entryway, minimum 1" hole bored through 6" concrete wall, to accommodate electrical services for the door hardware installation. 1.3 Provide and install 34 retractable safety coils to replace existing door safety coils at Warehouse 56 along the South and West perimeter cargo doors. Doors are identified by the existing coiled wiring to be replaced and are numbered 35- 70; excluding 51 and 53. 1.3.a. Retractable coils shall be installed at the highest point possible on the door mechanism and attached with a U-bracket/ retaining pin combination. (See Picture A, B, and C for Further Detail) 1.3.b. Each coil shall employ a NEMA L5 receptacle/plug locking combination for wiring, connecting, and disconnecting means. 1.3.c. Removal of the existing safety coil is required before the installation and re-wire of each new replacement. General: Contractor shall verify all existing conditions and dimensions. Contractor shall provide any other required material and/or perform any other labor necessary to upgrade/install cargo doors, operators, hardware, and framework. The cargo door coil replacements shall be completed one door at a time, so not to block multiple doors simultaneously. Rotation to be determined at the pre-construction meeting. All material shall be in new condition unless otherwise specified. All products shall be "Made in U.S.A", and shall meet the Buy American Act requirements. The electrical installations shall be performed in a neat and professional manner. All conduit shall be installed level/plumb; run parallel/ perpendicular to the building and/or column lines, and be sized ¾" or larger. All conduit couplings shall be of the compression or threaded type. All conduit, fixtures, and junction boxes shall be properly secured to the building structure. The job site shall be left in a clean and orderly condition during construction and all construction debris and excess material shall be removed upon completion of the job. The use of government trash cans, dumpsters, or other waste receptacles is prohibited. All work shall comply with the Unified Facilities Criteria (UFC), the Unified Facilities Guide Specifications (UFGS), and the U.S. Army Corps of Engineers Standard Design/Criteria for Access Control Points. All work shall conform to the current NFPA/NEC code, including NFPA 70E. Construction shall be in compliance with all applicable local, State, and Federal standards. Contractor is subject to all San Joaquin Depot health and safety regulations and DLA security requirements. All work shall be performed complete and in accordance with the statement of work and drawings. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 90 calendar days from receipt of the NTP. The time stated for completion shall include final clean-up of the premises. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. Any power outages shall be scheduled at least 72 hours in advance. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238350. The small business size standard is $15,000,000. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of the Request For Quotation (RFQ) SP3300-16-Q-0164 for the above stated requirement is on or around March 15, 2016. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the RFQ. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at Mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the quote closing date. Failure to acknowledge amendments may render your quote ineligible for award. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the SAM database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done online at: www.sam.gov Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the SAM database. All responsible small business concerns may submit a quote which shall be considered by this agency. The Government intends to award one purchase order as a result of the RFQ. Award will be made to the lowest responsive, responsible quoter. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330016Q0164/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin CA (DDJC), Tracy Site 25600 South Chrisman Rd, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04033926-W 20160302/160229234715-d34a379e2abd46e76e8b02fd5689f891 (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.