United States - Replacement of exterior door panic bars and hardware for ARS Maricopa, AZ
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 10 May 2019
- Opportunity publication date
- 26 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 25, 2019 11:57 am
STATEMENT OF WORK
1.0 CONTRACT PROJECT:
a. Project Number: TBD
b. Project Title: "Replacement of Exterior Door Panic Bar Hardware" at the U.S. Arid Land Agricultural Research Center, Maricopa, Arizona.
2.0 PROJECT CONTACT PERSONS:
2.1 FACILITIES OPERATONS SPECIALIST (FOS):
Harry Gardner
Facility Operations Specialist
21881 N. Cardon Lane
Maricopa, AZ 85138
Tel. No.: 602-725-2123
Email: harry.gardner@ars.usda.gov
2.2 LOCATION COORDINATOR (LC):
Naranjo, Steven E
Center Director
21881 North Cardon Lane
Maricopa AZ 85138
Tel. No.: 520-316-6333
Email: steve.naranjo@ars.usda.gov
2.3 CONTRACTING OFFICER (CO):
TBD
3.0 BACKGROUND:
ALARC is organized under the Agricultural Research Service (ARS) which is the principal research agency of the USDA and the Research, Education, and Economics (REE).
The U.S. Arid-Land Agricultural Research Center (ALARC) integrates the former Western Cotton Research Laboratory and the U.S. Water Conservation Laboratory on a 20-acre site at the University of Arizona, Maricopa Agricultural Center (MAC). The facility opened in February 2006.
The location needs a Qualified Contractor to provide labor, supervision, equipment, and supplies/materials, except those furnished by the Government, necessary to perform the replacement and adjustment of the panic hardware for 14 exterior openings (72" x 95 ½") as described in this PWS. The contractor shall maintain the current facility buildings, grounds and equipment to their most productive and efficient state of performance.
Site Visit:
A Site visit is recommended and will be held at 21881 N. Cardon Lane, Maricopa, AZ 85138 on Wednesday, May 1st, 2019 at 10:00 a.m. For alternate scheduling, or any technical questions, contact Harry Gardner directly. Prospective bidders are to meet in the main lobby at specified time.
4.0 SCOPE OF SERVICES:
The Contractor shall provide all professional services necessary for the accomplishment of the contract project and such required services shall be in accordance with requirements as described herein.
a. The Contractor shall provide services for the following tasks marked by an "X":
[X] Remove and replace panic bar hardware, vertical rods, and adjust as needed.
[X] Provide cost estimates for parts and labor to complete the requested work.
5.0 PROJECT REQUIREMENTS:
The Contractor shall provide a cost estimate for parts and labor, furnish a technical and cost proposal to complete each project for any requested work as detailed in section 5.1 below. All requested work will be performed at the U.S. Arid Land Agricultural Research Center, Maricopa, Arizona.
5.1 Bid Schedule: Base
Provide qualified labor, supervision, equipment, and supplies/materials, except those furnished by the Government, necessary to perform the removal and replacement of the Panic Bar Hardware and Vertical Rods in fourteen (14) exterior openings (72" x 95 ½").
Total count of exit devices to be removed/replaced:
Electrified (vertical rod): 14
Manual (vertical rod): 14
Single Point: 4
5.1.1 Building 100 North:
a. Remove two (2) existing Von Duprin vertical rod, electrified, push-bar exit devices, including the vertical rods, and two (2) Von Duprin vertical rod, manual, push-bar exit devices including the vertical rods.
b. Supply and install two (2) new Von Duprin vertical rod, electrified, push-bar exit devices, including new vertical rod kits and two (2) new Von Duprin vertical rod, manual, push-bar exit devices including new vertical rod kits.
c. Make all necessary adjustments to the vertical rods and other door hardware for proper operation.
d. Remove three (3) existing single point Von Duprin push-bar exit devices.
e. Supply and install (3) new single point Von Duprin push-bar exit devices and adjust as needed.
5.1.2 Building 100 South:
a. Remove three (3) existing Von Duprin vertical rod, electrified, push-bar exit devices, including the vertical rods, and three (3) Von Duprin vertical rod, manual, push-bar exit devices including the vertical rods.
b. Supply and install three (3) new Von Duprin vertical rod, electrified, push-bar exit devices, including new vertical rod kits and three (3) new Von Duprin vertical rod, manual, push-bar exit devices including new vertical rod kits.
c. Make all necessary adjustments to the vertical rods and other door hardware for proper operation.
d. Remove one (1) existing single point Von Duprin push-bar exit device.
e. Supply and install one (1) new single point Von Duprin push-bar exit device and adjust as needed.
5.1.3 Building 200:
a. Remove nine (9) existing Von Duprin vertical rod, electrified, push-bar exit devices, including the vertical rods, and nine (9) existing Von Duprin vertical rod, manual, push-bar exit devices including the vertical rods.
b. Supply and install nine (9) new Von Duprin vertical rod, electrified, push-bar exit devices, including new vertical rod kits and nine (9) new Von Duprin vertical rod, manual, push-bar exit devices including new vertical rod kits.
c. Make all necessary adjustments to the vertical rods and other door hardware for proper operation.
5.2 Description of Work:
5.2.1 General:
a. The Contractor will work with site personnel to ensure project is accomplished in a timely manner.
b. All requested work shall comply with applicable federal, state (Arizona), and local code requirements as well as current industry standards, and health and safety codes, in effect at the time of contract award.
c. Contractor shall furnish all labor, materials, equipment, transportation, and field supervision for the completion of any requested project.
d. All removed hardware, debris and surplus materials resulting from all completed work shall be removed from the work area and disposed of properly after completion of the project.
e. Contractor shall provide and maintain all necessary guards, lights, barricades, etc., to protect persons, property, and materials in and around the site.
f. Contractor shall schedule his work so that his working hours and the working hours of the location coincide (M-F -7:00am - 3:30pm). Should it be necessary to work hours other than the normal, regular working hours, the contractor shall arrange for access to the area with the location personnel.
g. Sanitation facilities: The contractor may use the government sanitary facilities during the execution of this project. It is required that the contractor use these facilities in a responsible manner.
6.0 GENERAL REQUIREMENTS:
6.1 Existing Installations / Demolition:
a. Contractor shall modify existing installations as needed to accommodate the new installation.
b. Contractor shall coordinate demolition / modification of existing installations with location personnel.
c. Contractor shall legally dispose all equipment / materials removed that will not be retained.
6.2 Installation:
a. It shall be the responsibility of the Contractor to complete work in accordance with the manufacturer's recommendations and Industry Standards. Additional procedures and materials may be required than is indicated herein. If any item specified herein conflicts with the applicable codes and recommendations, the Contractor shall bring it to the attention of the location personnel for immediate resolution.
6.3 Quality Control:
a. The work performed under this contract shall be subject to continuous audit by the location personnel. Quality control is the exclusive responsibility of the Contractor.
6.4 Protection of Work and Property/Safety Requirements:
a. The Contractor shall protect the work, the site, and all existing property and structures within the limits of the construction activities or that may be affected thereby until acceptance of the work. Any damage to property shall be repaired at the Contractor's expense, to pre-damaged condition to the satisfaction of the COR.
6.5 Temporary Facilities:
a. Temporary utilities (water and electricity) may be furnished to the Contractor by the Government, if so requested. The Contractor shall maintain and protect all such utilities during the course of construction and shall repair or replace any items damaged through its own negligence.
b. Should the Contractor require any power or utility shutdowns during construction, the Contractor shall obtain approval for such shutdown from the location personnel.
6.6 Materials and Equipment:
a. The material and equipment to be furnished under these contract documents shall be the standard products of manufacturers regularly engaged in the production of such materials and equipment and shall be the manufacturer's latest standard design.
6.7 Cleanup:
a. The construction site shall always be kept clean and free of debris. Restore areas disturbed as nearly as possible to the original appearance and condition. Upon completion of the project, and prior to final inspection, the Contractor shall remove from the premises all unused material, trash, and debris resulting from the work to the satisfaction of the location personnel.
6.8 Warranty:
a. Submit data concerning the standard one-year warranty for workmanship, including the warranty periods (dates), and warranty contacts with names, addresses and telephone numbers.
b. Extended Equipment/Product Warranties: Obtain and furnish, to the location personnel, all written warranties for equipment/products that have extended warranties (warranty periods exceeding the standard one-year warranty) furnished under the contract. The warranty period shall begin on the same date as project acceptance and shall continue for the full/product warranty period. The warranties shall be fully executed and delivered to the Contracting Officer prior to final acceptance of the facility.
Government Furnished Utilities:
The Government will furnish electrical and water utilities for the contractors' use during the contract period so long as the contractor uses these efficiently and economically.
Unless an exception applies, this solicitation is subject to the Buy American Act.
Davis Bacon wage determination will be attached to this pre-solicitation. In the event that the attachment is
unavailable, that information may be found at the URL https://wdol.gov/wdol/scafiles/davisbacon/az32.dvb.
Per FAR 52.215-1(c)(A), late submissions will not be considered for award.
The Point of Contact on this solicitation is the Purchasing Agent, Mr. Paige C. Francis Sr., who can be reached, BY EMAIL ONLY, at paige.francis@ars.usda.gov.
- Opportunity closing date
- 10 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Agriculture Pacific West Area United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.