Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOURCES SOUGHT

Y -- Davis Dam Equipment Building

Notice Date
3/10/2011
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R11PS30215
 
Response Due
3/24/2011
 
Archive Date
3/9/2012
 
Point of Contact
Beth A. Murray Contract Specialist 7022938581 bmurray@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. The information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The purpose of this sources sought notice it to determine if there are 8(a) business concerns capable of successfully performing the project. Qualified 8(a) firms should submit statements showing ability as a prime 8(a) contractor. The capability statements will be used to determine appropriate procurement strategy, in particular, whether an 8(a) set-aside or an alternate procurement strategy is warranted and the estimated cost range of the work. The Proposed Project: Design, fabricate and construct a Pre-Engineered Metal Building. The building will be located at the Bureau of Reclamation's Davis Dam and Powerplant, approximately 5 miles north of Laughlin, Nevada, and 90 miles south of Las Vegas, Nevada. The construction site is located in Clark County, Nevada, at the toe of Davis Dam. The contractor (firm) shall provide all labor, equipment, material, plant, and coordination required to design/fabricate and construct a rigid-frame metal building structure (PEMB) Pre-Engineered Metal Building conforming to the American Institute of Steel Construction (AISC), and the Metal Building Manufacturers Association (MBMA) Codes of Standard Practice; based on 2009 International Building Code, Live Load: 20.00 psf, Snow Load: 0.00 psf, Wind Load: 85 mph, Exposure B, Seismic Performance: Category D; building size: 60' wide by 120' long, 1:12 Roof slope with 16' high interior clearance. The work shall include: reinforced concrete footings, a continuous reinforced concrete perimeter grade beam, five foot deep by 16 foot wide reinforced concrete aprons for each rolling service door with two, 8-inch diameter concrete-filled pipe bollards to protect the rolling service door opening, five foot deep by five foot wide reinforced concrete stoop and each exterior man door; 26 gauge pre-finished metal fascia wall panels with polyvinylidene fluoride resin-based coating, 24 gauge pre-finished roof panels with polyvinylidene fluoride resin-based coating with semi-transparent skylights, continuous ridge ventilator, two, rolling service doors, one on each gable end, size: 14' wide by 18' high, capable of operation during a wind load of 60 miles per hour constructed of insulated interlocking metal slats with an R value of 4.6, heavy-duty geared motor operator, associated controls and electrical equipment installed at each door, adjusted and tested, and ready for future power service; site excavation for perimeter reinforced concrete footings and grade beams. Optional items include: (1) 6-inch thick (R-19) vinyl-faced fiberglass batt insulation with thermal blocks over OSHA-approved fall protection and insulation support system for the roof; 4-inch thick (R-13) vinyl-faced fiberglass batt insulation for the walls, (2) reinforced concrete slab-on-grade interior floor with HS-20 loading, (3) interior enclosed space: size: 10' wide by 15' long with interior 10' high finished ceiling and ?-inch thick tongue and groove upper deck. Utility services (telecommunications conduits, electrical service entry, water, sewer, or other services) to and from the building will not be required. Additionally, the capabilities package should demonstrate the firms' ability to perform the principal components of work described above and should include a certificate by the building manufacturer indicating the training and experience of the firm. Packages should also include the following information: (1) Business name, address, DUNS number, business type 8(a), and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's experience shown by providing a list of actual jobs completed within the past five years in which the firm completed the design, fabrication and construction of a Pre-Engineered Metal Building, including the project title, description and location of the building, customer's contact name and phone number. Capability statements shall not exceed five pages in length. Capability statements are to be submitted not later than March 24, 2011. The capabilities package submitted by the firm should include an estimated cost range to perform the above work, with option items broken-out separately. Labor rates paid for on-site work are subject to Davis-Bacon wage rates. The Davis-Bacon wage rate General Decision Number: NV100004 2/11/2011 NV4 should be used for price estimating purposes for this announcement. All responses to this sources sought notice shall be provided to Beth A. Murray, mail code: LC-10216, Contract Specialist, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail bmurray@usbr.gov. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at https://www.fbo.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/87475fed6d513645c18a818e7eb5027d)
 
Place of Performance
Address: Davis Dam
Zip Code: 89006
 
Record
SN02397618-W 20110312/110310234242-87475fed6d513645c18a818e7eb5027d (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.