The RFP Database
New business relationships start here

Locker Room Extension and Replacement of Fire Doors


Pennsylvania, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Contractor is to furnish all labor, material, transportation, supplies and supervision necessary for the expansion to the existing Locker Room 193 and the replacement of two fire doors located inside the Public Safety Center, Building 235. Contractor shall furnish and provide all labor, material, equipment, and supervision to expand the locker room and replace the fire doors at DLA Defense Distribution Depot San Joaquin in accordance with plans and specifications. Scope of work includes, but is not limited to, the following:

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 Description:


BASIC REQUIREMENT
Expand Locker Room 193


1. Construct a 3'x7' clear wall opening in Locker Room 193 per A-102. Contractor shall move lockers in Room 193 during construction as required.
2. Remove and reset tables, refrigerator, and cabinets, from existing Room 192. Coordinate with COR in field for exact locations.
3. Remove existing hardware from Door 192. Replace new hardware to open from the inside and locked from the outside. Hardware to be compatible with best locks.
4. Replace one light fixture to contain batter backup per plans.


Replace Fire Doors


5. Remove and replace two (2) doors, frames and hardware at the Apparatus Bay. Existing Doors are solid wood doors. Replace doors and frame with hollow metal door.
6. Install new LENEL card reader system as shown in Sheet A-102.
7. Provide new low-voltage circuit to new LENEL card reader, request to exit with motion detector, and magnetic contact switch as shown in Sheet A-102. Provide new metal conduit, painted.
8. Door hardware shall be lever type, best lock compatible, and electrified to connect with LENEL Card Reader.


GENERAL REQUIREMENTS:


1. All demolished materials shall be disposed of off DLA Defense Distribution Depot San Joaquin property.


2. A certified and trained person with LENEL Onguard and Software/Hardware shall perform all work involving LENEL.


3. Contractor shall adhere to the specification attached as part of this project.


4. Job site shall be left in a clean and orderly condition, and all construction debris and excess materials shall be removed upon completion of the job. Contractor shall not use Government trash cans, dumpsters, or other waste receptacles.


5. Contractor is subject to all DLA Distribution Depot San Joaquin health and safety regulations, security requirements, and environmental requirements. Additional information will be provided at the time of a pre-construction meeting prior to any work.


TESTING:


6. Contractor shall test the new LENEL card reader connection and operation to newly installed door to ensure a fully function system.


7. Individuals working with LENEL shall be certified and trained with LENEL OnGuard.


ENVIRONMENTAL REQUIREMENTS:


8. Contractor to comply with attached Appendix 2 - Environmental Checklist.


9. Contractor shall complete the attach Appendix 3 - Waste Prevention Worksheet



All work shall be performed complete and in accordance with the statement of work and drawings.


Period of Performance:
The contractor is required to execute the work diligently and complete the entire project, ready for use no later than 60 calendar days after the award/NTP of the purchase order. The time stated for completion shall include final clean-up of the premises. (Section 00700, FAR 52.211-10). Work shall be accomplished during normal working hours (Mon.-Fri. 0700 to 1530). Any power outages shall be scheduled at least 72 hours in advance.


This acquisition is set-aside 100% for Small Business concerns.
Liquidated Damages will be assessed.


The NAICS Code for this procurement is 236220. The small business size standard is $36,500,000.00.


The magnitude of this construction effort is between $25,000 and $100,000.


The tentative timeframe for issuance of the Request for Quotation (RFQ) solicitation SP3300-17-Q-0066 for the above stated requirement is on or around May 1, 2017. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation.


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 Michael Minto at Michael.Minto@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.


 


 


Michael Hayes Minto, Contract Specialist, Phone 7177706145, Email michael.minto@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP