Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

Y -- Sandy Lake Drop Ceiling - Soliciation

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-17-T-0074
 
Archive Date
5/25/2017
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-1442 INSTALATION OF CEILING TILE, CEILING TILE GRID, AND LIGHTING IN THE SANDY LAKE RANGER OFFICE US Army Corps of Engineers 22205 531st Lane McGregor, MN. 55760 651-290-5845 1. GENERAL: The contractor shall supply all equipment, labor and materials necessary to install new ceiling tiles & grids, and LED lighting in accordance with the manufacturers recommendations and local building codes. 2. MEASUREMENT AND PAYMENT: The payment provided for in the contract shall constitute full compensation for furnishing all materials and for performing all work under the contract in a complete and acceptable manner. The contract work shall include providing plant, equipment, tools, supplies, labor, supervision, incidental materials, quality control, environmental protection, meeting safety requirements, and performing all work required for which separate payment is not otherwise provided. Compensation for all work shown, specified, or essential to completion of the project (whether or not the specific material or operation is indicated) shall be included on the bidding schedule. Payment provided for in the contract includes compensation for all risk, loss, damage, and expense arising out of the nature of the work or its prosecution, subject to conditions of the contract. Payment will be made upon completion and acceptance of all contract work. The contractor must submit a detailed invoice to the Section Supervisor, Jeff Steere for payment at the following address: US Army Corps of Engineers, Mississippi Headwaters Office, PO Box 625, 34385 US Highway 2 West, Grand Rapids, Minnesota 55744 or emailed to antonia.v.huber@usace.army.mil 2.0. RANGER OFFICE BUILDING: 2.1. Description: The Ranger Office Building is a one level cedar wood covered steel building that was converted into offices in the 1990's. The framework consists of red metal beams with steel sheeting attached to them. At the time of the conversion 2" x 6" studs were added with insulated walls creating approximately 1,600 square feet of office space/utility room and lunch room. A frame construction 16' x 23' addition was added on to the northeast side of the steel building, adding approximately 370 square feet of office space. The approximately 370 square foot addition is currently insulated with fiberglass insulation, has had drop ceiling tiles removed, and contains 7 (qty) 2' x 4' fluorescent hanging troffer light fixtures. 3. SPECIFICATIONS: 3.1 Drop Ceiling: The contractor shall supply all equipment, labor and materials required to install drop ceiling tile and grid to the office space which is comprised of the approximately 370 square foot new addition, which is insulated with existing fiberglass insulation. The new ceilings shall be installed at the same height as the old ceiling. Ceiling Tile Specifications: • 24" x 24" acoustic drop ceiling tiles for commercial settings • 9/16" inch edge profile • Composed of mineral fiber • Minimum 50% sound absorption • White color • Tegular edge lay-in • Class A fire retardant • Mold, mildew, and bacteria resistant • Fine, smooth style, non-directional texture similar to below picture: Ceiling Tile Grid Specifications: • Ceiling Tile Grid must be compatible with ceiling tile system • 9/16 Exposed Tee System • White powder coat or baked polyester paint • Hot dipped galvanized steel • Flush fitting • Intermediate to heavy duty classification for Office/commercial application 3.2 LED Lighting: The contractor shall supply all equipment, labor and materials required to supply and install new 24" by 48" LED Troffer lighting and 6" LED Recessed Can lighting in the ceiling grid. See attachment 13.6 Current Ceilings and New Lighting Layouts for location of the new lighting in. All lights shall be installed according to the National Electric Code. Troffer Lighting: • 24 inch by 48 inch • White fixture trim • Edge lit recessed LED Troffer • Color temperature of 4,000 Kelvin • Color Rendering Index of at least 80 • Light output at least 4,500 (lumens) Recessed Lighting: • 6 inch diameter • White reflector cone and fixture trim • Color temperature of 2,700 Kelvin • Color Rendering Index of at least 90 • Light Output at least 690 (lumens) • 6 inch aluminum insulation contact (IC) housing • Housing shall be New Construction style, equipped with hanger bars 4. DESCRIPTION AND LOCATION. Sandy Lake Recreation Area is a Corps of Engineers managed recreation area located on Big Sandy Lake, twelve miles north of McGregor, Minnesota in Aitkin County. 5. CONTRACT PERIOD. All contract work must be completed by 01 June 2017. The Ranger Office will be occupied by 2 - 4 employees utilizing the space for office accommodations. Work will be scheduled and arranged to cause as little disruption to normal working conditions as possible. The general public shall be warned with signs &/or barricades and not be allowed in the work areas while work is being performed. 6. SAFETY. All work shall be performed in accordance with all federal, state and local laws and regulations and the Corps of Engineers Safety and Health Manual, EM-385-1-1. A copy of this manual can be found on line at http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf. 7. ORIENTATION. Prior to the start of work, the Government will provide an orientation to the Contractor and contract personnel which will include discussion of contract requirements, facility inventory, safety considerations, quality control, security and administration. Contractors are encouraged to make a site visit to inspect the Ranger Office before submitting a quote. Visits can be prearranged by contacting Tammy Frauenshuh at 651-290-5845 or by email at tamryn.frauenshuh@usace.army.mil Monday-Friday between the hours of 8:00 am and 4:30 pm. 8. WORK PLAN. The contractor shall submit a plan that details the sequence and scheduling of the proposed work during a Monday-Friday work week. The work plan shall be submitted within 5 days of contract award. 9. DISPOSAL: All excess materials shall be disposed of off-site in accordance with all local, State and Federal Codes. 10. SECURITY: The Contractor is responsible for securing the work areas so that park visitors have to maintain a safe distance from all work areas. The Contractor is also responsible for securing the Rangers Offices when work is not being performed if Corps personnel are not present so that the offices are not vandalized during the construction phase. 11. WORK AREA: Any damage to Corps' property shall be repaired at the Contractor's expense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-17-T-0074/listing.html)
 
Record
SN04485464-W 20170428/170426234558-61dfebe6f43a104e82571d890c01070b (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  © 1994-2020, Loren Data Corp.