Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2004 FBO #0793
MODIFICATION

Y -- Furnish and Install Pre-Engineered Metal Building

Notice Date
1/27/2004
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA1330-03-RB-0013
 
Response Due
2/13/2004
 
Archive Date
2/28/2004
 
Point of Contact
Sybil Custer, Contract Specialist, Phone 757-441-6889, Fax 757-441-3786, - Melvyn Desjarlais, Supv. Contract Specialist, Phone (757) 441-6647, Fax (757) 441-3786,
 
E-Mail Address
Sybil.S.Custer@noaa.gov, melvyn.a.desjarlais@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is issued to change the scope of work to reflect as follows: Note: Please reference Solicitation Number: EA1330-04-RQ-0026 CLOSING/RESPONSE DATE HAS BEEN EXTENDED TO: 13 FEB. 2004. Scope of Work Provide, except as noted, all materials, labor and supervision necessary to furnish and install a pre-engineered metal building for the Chestnut Ridge Eco-System Site, located in Oak Ridge, TN. The building shall be located on the attached site plan. The Chestnut Ridge Eco-System Site (CHESS) is located on the Department of Energy's, Oak Ridge Reservation Oak Ridge National Laboratory. The Oak Ridge National Laboratory is managed and operated by UT/Battelle. The CHESS is located at approximately 35.93N, 84.33W (See map). The contractor is required to obey all reservation rules and regulations, and obtain all necessary permits and clearances for completion of the work. Sequence of Work 1. Prepare site, footings, slabs, install connecting conduits, and construct building. 2. Build-out interior of the building 3. Install one government supplied air handling unit and two government supplied heat pump systems. Configuration of heat pumps to be one as primary, and one as backup. 4. Connect electrical service to building, supplying feeder conductors from utility designated service point, install government supplied power quality equipment, over-current devices, and switch gear (in accordance with NEC Article 700) for use with emergency alternate power source. (See site plan and existing drawings for Walker Branch Electrical Upgrades #E3D20091-D011,12,13,14) New Building Specifications The new building will comply with the following requirements and specifications: 1. Size: Approximately 600 square feet, 20 ft wide x 30 ft long with a 10-ft eave height. 2. Site Work: Perform all site work necessary to install footings, slab and ground ring for building, and a service lateral to the location of the tower base. A building site cleared of trees will be provided. The contractor shall locate the building and any trenching or other excavation such that tree cutting is not required. Tree cutting is not permitted. 3. Footings, Floor Slabs, Side Slabs, Sidewalk: Steel reinforced concrete footings and slabs capable of supporting a live load of 100 psf. Footings shall extend 18" below grade and concrete shall have 4-6% entrained air, supplemented with a fiber additive. The floor slab (6" minimum) will extend 2 inches above finished grade. Expansion joints will be installed where required, and the entire working surface of the slab will have a troweled finish with a clear floor sealant, applied after curing is complete. Reinforced concrete work will comply with Building Code Requirements for Reinforced concrete (ACI 318) and the ACI Manual of Standard Practice and Option 3 of this specification. Concrete will have a minimum compressive strength of 3000 psi. Polystyrene insulation 1" thick, and a 6-mil vapor barrier will be installed under the concrete floor slab. The contractor will prepare and submit for approval, a shop drawing indicating foundation plans and details. The shop drawing will be stamped by a professional engineer registered in the state of Tennessee. 4. Walls, Roof and Trim: Panels shall be at least 26 gauge steel. Interior and exterior surfaces will have a factory applied, baked enamel finish. Colors will be selected by the Contracting Officer's Technical Representative (COTR) from the manufacturer's standard line. Finish will be guaranteed for 20 years against chipping, cracking, blistering, peeling or excessive fading. Fasteners will be painted galvanized type, and color will match building. Interior of the roof and walls will have 3" fiberglass insulation. Building type will be gable roof design. Roofs' slope will be one in/ft. All eave heights will be at least 10 ft (minimum). Finished building will be completely watertight with no leaks. Interior walls will be lined with a factory insulated and painted steel panels. Installation will comply with Option 3 of this specification. 5. Interior Room: Interior room is to be constructed from 3 1/2" metal studs and 5/8" gypsum board on both sides. 6. Ceilings: A suspended acoustical ceiling grid and tiles. Ceiling height will be 8'6". Ceiling tiles shall be Armstrong Minaboard or approximate equal. 7. Doors: Two hollow metal doors, one single 3 ft x 7 ft, and one double 6 ft x 7 ft with hinges, mortised lock-set with deadbolt, closer with hold-open feature, and threshold. All doors shall be similarly keyed. All doors shall have weatherstripping and shall be of commercial exterior doors, 18 gauge, with factory applied bake enamel finish, color to be selected by the COTR. 8. Windows: Two 24" wide by 35" high horizontal sliding double pane windows with screen and security guard. 9. Electrical: Furnish and install the following: Service: A 240/120 volt, 200 amp, single phase service consisting of four #3/0 cables in 2" RGS conduit from utility service pole (~35 feet from building site). Panel board: A 240/120 volt 200 amp , single phase, 3 wire, 24 space, flush mount, service entrance panel board with 200 amp main circuit breaker, with proper grounding. All electrical work shall be in accordance with the National Electrical Code. Receptacles: Eight NEMA 5-20R duplex receptacles and two NEMA 6 -20R single receptacles, located 18" above the finished floor. Receptacles shall be recessed in the wall. Communications Boxes: Five 4 x 4 boxes and 3/4" EMT stubbed above the ceiling with pull wires. Boxes and conduits shall be recessed in the wall. Plugmold: Two four foot Plughole strips with six NEMA 5-15R receptacles each, located 6" above counter height, of 42" above floor level. Plughole shall be S.L. Weber #4407 or approved equal. Light fixtures: Exterior: two wall mount 28 watt fluorescent fixtures-one at each door. A switch shall be located at each entrance door. Fixture shall be Hubbell Perimilux NRG-308-W4 or approved equal. Interior: Nine(4)-34 watt tube fluorescent light fixtures with switching. Fixture shall be Hubbell Versaline Troffer or approved equal. Government Furnished Electrical Equipment: TVSS: Cutler Hammer 240/120 Single phase 100KA for main service. Note: 30amp 2 pole circuit breaker will be required in panel for TVSS. Transformer: Sola Hevi-Duty Model #S5H25S 104/52.1 Amp 28"H x 16"W x 16" D Weight 254 lbs. UPS: Mitsubishi 6KVA Single Phase 120/240-120/240V, UPS w/10 min (or similar) Automatic Transfer Switch: Cutler Hammer or similar. Critical Load Panel: Cutler Hammer 100 Amp or similar. 9. HVAC: Install two government supplied through-the-wall heat pump units. 10. Contractor will install government supplied cabinetry. OPTIONAL ITEMS: 1. Side Slab: Construct a 4' wide side slab the length of the building adjacent to the building floor slab as shown on the site plan. Slab shall conform to paragraph 3 of this specification, except it shall have a brushed finish and no sealant. 2. Grounding and Bonding: All structural panels of the building walls and roof will be bonded utilizing bonding jumpers for a low impedance path to ground in accordance with NEC 250.28. Where building panels are connected to anchor ("J") bolts, a low resistence connection will be ensured. This will be accomplished, if necessary, by removing a small area of factory applied coating, enabling metal to metal contact with the anchor bolts. These connections will be coated with approved epoxy paint to minimize corrosion. Where wiring carrying AC current runs vertically in the building, it shall be enclosed in metallic conduit that shall be connected and grounded to the frame of the building. NOTES 1. The building shall be designed for 40 psf live load and 25 psf wind load. If local code requirements differ from these requirements, the local codes shall govern. 2. Three complete sets of descriptive catalog information and detailed shop drawings for ALL components of the building shall be submitted to the Contracting Officer for approval prior to the start of any work. Shop drawings shall indicate compliance with specific loads. One set will be returned to the contractor with review comments. 3. The contractor shall visit the work site and inform himself of existing conditions. No claim for additional compensation will be entertained for work required to be done which preliminary examination of the site would have revealed as necessary to accomplish the purpose intended or indicated on the plans and specifications. The submission of a bid will be considered an acknowledgment on the part of the bidder of his visitation to the site. 4. The contractor shall be responsible for compliance with all applicable local, county, state, and federal codes, rules, laws and regulations and shall obtain all permits and licenses, pay all charges and fees, and give notices necessary and incident to the lawful execution of this work. 5. All work shall be coordinated with the Contracting Officers's Technical Representative (COTR) prior to the start of any work. 6. Tree cutting is not permitted. 7. Washing of concrete trucks. Mixers, tools, etc. is not permitted on the reservation. Trucks will return to the plant for cleaning. 8. The Department of Energy will perform safety oversight per OSHA relations.
 
Place of Performance
Address: USDOC/NOAA,ARL, 456 S. Illinois Avenue, Oak Ridge, TN 37830
Country: US
 
Record
SN00510593-W 20040129/040127211748 (fbodaily.com)
 
Source
FedBizOpps.gov 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.