COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17, 2001 PSA #2917
SOLICITATIONS
54 -- FIREHOLE CAMPGROUND PRECAST CONCRETE FLUSH RESTROOM
- Notice Date
- August 15, 2001
- Contracting Office
- Ashley National Forest, 355 North Vernal Avenue, Vernal, UT 84078
- ZIP Code
- 84078
- Solicitation Number
- 0401-01-0018
- Response Due
- September 4, 2001
- Point of Contact
- Jammie Lindsay, Purchasing Agent, (435)781-5186 or Tori Blunt, Purchasing Agent, (435)781-5123
- E-Mail Address
- Click here to contact the Contracting Officer via (jlindsay@fs.fed.us)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written soliciation will not be issued. The solicitation is (Request for Quotation) RFQ 0401-01-0018. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This procurement falls within the definition of North America Industry Classification code is 339999. The small business size standard is 500 employees. Construction, delivery, and installation for one Precast Concrete Comfort Station to Firehole Boating Site, approximately 20 miles Southwest on Highway 191 and FS road #109. The Forest Service will prepare a compacted base for the precast concrete structure to sit on. Underground plumbing for the sewage and water and electrical service lines below the ground surface will be provided by the Forest Service. The comfort station shall be constructed in not more than two precast concrete sections and capable of being lifted into place by a crane truck, with no breakage, provided by the contractor. The comfort station shall be approximately 20' by 23' in size with 4" thick precast concrete walls. There shall be 4 women's toilets with one sink. There shall be three men's toilets, one urinal and one sink. Both men's and women's sides shall have at least one fully accessible toilet and sink facility. The Contractor shall place a 3-foot chase for utilities through the entire length of building between the men's and women's side. Snow Load 120 pounds, minimum. Wind Load 100 miles per hour, minimum. Earthquake design for zone 4 earthquake. The building shall meet the requirements of the American with Disabilities Act and Uniform Federal Accessibility Standards, latest editions. Concrete shall contain minimum 610 pounds of cement per Cubic Yard, Type A, air entrained. The mix design shall comply with ACI 211.1. Minimum water/cement ratio shall not exceed .45. Slump shall not exceed 5". Materials shall conform as applicable to ASTM C-150, ASTM C33, ASTM C260 and ASTM C494.The colors shall be Sand Beige for all walls and Mocha Carmel for the roof, as per "Colorcrete" samples by QC Construction Products, 800 453 8213. Colored Concrete additives shall conform to ASTM C979. The Contractor shall provide upon request, a 12-inch square color sample for approval. Shall include 1/4'" thick, enamel coated steel toilet paper dispensers capable of holding two standard rolls of toilet paper. Fasteners for dispensers shall be able to withstand 300 lbs of top loading minimum. Doors shall be flush panel type, 1-3/4" thick; minimum 18-gauge prime coated steel panels with minimum 12 gauge internal bracing channels with a polystyrene core. Doorframes shall be knockdown or welded type, single rabbet, minimum 16-gauge prime coated steel with a width that is suitable for the wall thickness. Door hinges shall be dull chrome plated 4-1/2" X 4-1/2" with adjustable tension, and automatic closing (3 per door). Locksets shall meet ANSI A156.2 Series 4000; Grade 1 cylindrical locksets with a lever handle both inside and out for each exterior door. A dead bolt lock shall be provided for each exterior door. An 18" X 36" stainless steel mirror shall be installed in each bathroom. A doorstop shall be provided for each exterior door. Wall vents shall be installed. Window frames shall be constructed of steel and glazing shall be of " thick translucent LEXAN polycarbonate. All plumbing shall be concealed in the service area. All wiring shall be in appropriately sized conduit and shall be concealed within user compartments. A 100-amp breaker panel shall be installed within the service area. Service area shall be supplied with 2-4 foot ceiling mounted HO fluorescent light fixtures. Restroom areas shall be equipped with two each 8-foot, 4-bulb ceiling mounted HO fluorescent lights. Lighting for exterior shall be 35-watt High Pressure Sodium, cast aluminum case, rated for outdoor use, and photocell activated. An electric air compressor type hand dryer shall be installed in each restroom. Please call Brent Spencer (435) 781-5247 prior to delivery. Required delivery date is October 15, 2001, or as soon as possible.. Offerors are to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with offer. FAR Clause 52.212-4, Contract Terms and conditions -- Commercial Items applies to this procurement. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this procurement. Quotes will be evaluated on delivery schedule and price. This is 100% set-aside for small business. Quotes are due by September 4, 2001 at 4:00 P.M. Quotes can be faxed to (435)781-5142.*****
- Record
- Loren Data Corp. 20010817/54SOL001.HTM (W-227 SN50V0I8)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on August 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|