Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140L1221R0018
Litchfield Shop Replacement Pre-Solicitation # 140L1221R0018 The Bureau of Land Management (BLM) intends to issue a Solicitation for a firm fixed-price contract for the Eagle Lake Office, to Provide a...
Litchfield Shop Replacement Pre-Solicitation # 140L1221R0018 The Bureau of Land Management (BLM) intends to issue a Solicitation for a firm fixed-price contract for the Eagle Lake Office, to Provide and set-up a pre-engineered 50¿ wide x 60¿ long, insulated steel frame building with 4/12 roof pitch and 16¿ eve height, supported by an engineered foundation and concrete slab. This procurement is set aside for total small business, and will be issued as a Request For Proposal (RFP) using FAR Part 15 Contracting by Negation procedures. The work to be performed is described below. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard is $39.5M. The estimated cost of this project is between $500, 000.00 to $1,000,000.00. Work is located 474-000 Hwy 395 East, Litchfield, CA, 96117, Latitude/Longitude: 40.2306.54; -120.1831.34, Lassen County, CA. PRINCIPAL COMPONENTS OF WORK: The contractor shall furnish and install the following: 1. Provide a new building that is ABA accessible and will meet the Lassen County Design Criteria. Building shall be designed and installed to meet the snow, wind, and seismic forces for the location. 2. Roofing; Provide minimum 30 year standing seam gable style roof with 4/12 pitch with 16¿ eve height. 3. Siding: Exterior siding shall be commercial metal panels. 4. Ridge Vent: Provide electrically operated continuous ridge vent with 12¿ throat. 5. Rain Gutters; Provide commercial rain gutters on each side of building with 3 downspouts per side. All downspouts will drain under concrete sidewalks and away from building. 6. Overhead Doors: Provide commercial sectional overhead insulated steel doors with perimeter seal, acrylic windows, and electric openers with remote controls: 7. Exit Doors and Awnings: 8. Windows: Provide 7 windows total, 3 on the west side of building, and 4 on the east side of building. Windows shall be Milgard Style Line Horizontal Sliders with Suncoat Low-E glass or approved equal. 9. Insulation: Provide R-19 wall insulation and R-38 roof insulation, or meet latest California code requirement, whichever is greater. All insulation shall have WMP-50 facing or approved equal. 10. Air Compressor Piping: Provide OSHA approved ¾¿ black pipe air compressor piping and service drops with industrial Type-D couplings. 11. Propane Heaters: Provide 2 overhead Reznor UDAP-150 Power Vented Gas Fired Unit Heaters, 150,000 BTU each, or approved equal. Heaters will be installed on each end of building on the east wall and will be installed appropriately to meet code. 12. LED lighting: (a) Interior: Provide 9 Lithonia Compact Pro LED High Bay 22¿ fixtures, model # CPHB 24LM MVOLT 40K, cool white, or approved equal. 13. Electrical - All electrical work in this contract shall be appropriate to meet code 14. Concrete Floor: Provide a Finished Gloss Level 1 polished engineered concrete slab for the building designed to AASHTO H25 loading requirements. 15. Parking Aprons: Provide broom finished parking aprons designed to AASHTO H25 loading requirements that shall be 50¿W x 20¿ long on each end of building and 16¿ wide x 20¿ long on each side of building. 16. Sidewalks: Provide broom finished exterior concrete sidewalks sections that are placed next to the building that connect the parking aprons. Sidewalks will be 4¿ thick and 4¿ wide, with a cross-slope of 1¿ in 4¿. Total length of all sidewalks is approximately 112 LF. 17. Transformer Pad: Provide a transformer pad, single phase. 18. Concrete Slab ¿ Fuel Tank: Provide a 6¿9¿ x 13¿9¿ engineered concrete slab rated for a 500-gallon ConVault fuel tank per ConVault¿s requirements. See drawings for bolt layout for tank mounting, and for bollard layout. 19. Concrete Slab ¿ Propane Tank: Provide a 4¿6¿ x 17¿ engineered concrete slab rated for a 1000-gallon propane tank per manufacturers or supplier¿s requirements. 20. Bollards: Provide 6¿ Sch 40 pipe bollards for the protection of the fuel tank, propane tank, and the electrical transformer. Bollards shall be properly primed and painted with oil-based gloss safety yellow exterior industrial enamel paint. 21. Finish Grading: Provide exterior finish grading with Caltrans Class 2 base rock around concrete parking aprons, sidewalks, fuel tank slab, propane tank slab, and transformer. All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than the date specified in the response section. This notification, which shall not exceed five typewritten pages, must include the following: (1) Positive statement of intent to bid as a prime contractor, (2) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location, and point of contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor, and (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. An Request For Proposal (RFP) solicitation package will be available electronically at https://sam.gov/ and will be posted for 30 days. Potential offerors are responsible for monitoring https://sam.gov/ for the release of the solicitation package, any other pertinent information, and for downloading a complete copy of the solicitation package. The government will not provide paper copies or email the solicitation. To be eligible for contract award, offerors must be registered and complete the online Representations and Certification in the System for Award Management (SAM) data base via website: http://www.sam.gov. A site visit date, time and meeting location will be provided in the solicitation. Offerors are highly encouraged to attend the scheduled site visit to inspect the site and to ensure they fully understand the requirement and conditions that may affect the cost of the project, specifications, and performance. Award will be based on best value to the Government in accordance with Federal Acquisition Regulations (FAR). This notice does not obligate the government to award a contract nor does it obligate the government to pay for any proposal preparation costs.