Similar Projects
Install 30 ton A/C for the fourth bay in the Greenhouse
Renovation
Sub-Bidding
$250,000 CJ est. value
New Orleans, LA 70124

Install 30 ton A/C for the fourth bay in the Greenhouse
Renovation
Sub-Bidding
$250,000 CJ est. value
New Orleans, LA 70124

IDIQ MATOC for Healthcare and Medical Research Laboratory Facility Design Build Construction, In Support of The Defense Health Agency (DHA) Sustainment, Restoration and Modernization Program
New Construction
Post-Bid

IDIQ MATOC for Healthcare and Medical Research Laboratory Facility Design Build Construction, In Support of The Defense Health Agency (DHA) Sustainment, Restoration and Modernization Program
New Construction
Post-Bid

Caddo Magnet High Chemistry Lab
New Construction
Results
$500,000 est. value
Shreveport, LA 71101

Southwest Louisiana Crime Laboratory Hurricane Repair Project
Renovation
Results
$60,000 est. value
Lake Charles, LA 70601

Z1DA--Project 667-15-104 Renovate and Expand CATH Lab Services
Renovation, Addition
Construction
$2,000,000 to $5,000,000 est. value
Shreveport, LA 71101

Jr. High Renovation and Science Lab Reroof - Diocese of Lake Charles
Renovation
Pending Verification
$500,000 CJ est. value
Lake Charles, LA 70601

Mechanical Systems Modification and Upgrades Marine Fisheries Lab Department of Wildlife and Fisheries
Renovation
Sub-Bidding
$710,000 CJ est. value
Grand Isle, LA 70358

Hardtner Hall Nursing Lab Improvements
Renovation
Post-Bid
Lake Charles, LA 70605

Louisiana State University Health Sciences Center - 6th Floor Lab Renovation
Renovation
Results
$50,000 est. value
New Orleans, LA 70112

District 03 Lab Roof Replacement
Renovation
Sub-Bidding
$250,000 CJ est. value
Lafayette, LA 70508

LSU Medical School 6th Floor Lab Renovation
Renovation
Post-Bid
$302,000 est. value
New Orleans, LA 70112

County Agent Building Hurricane Repair Project
Renovation
Results
$557,000 est. value
Lake Charles, LA 70607

Industrial Electrical Technology Program Lab Expansion
Renovation
Post-Bid
$400,000 est. value
Oakdale, LA 71463

Last Updated 07/29/2022 02:04 AM
Project Title

Supply and Install Chemical Storage Building

Physical Address View project details and contacts
City, State (County) New Orleans, LA 70124   (Orleans County)
Category(s) Laboratory
Sub-Category(s) Laboratory
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $200,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Building Asset ID: 643500B001 A site visit has been scheduled for this project. It will be held on Wednesday, July 20th, at 2:00 PM CST. Please send the company name and the name of personnel requesting to attend to lynn.hults@usda.gov by 4:00PM Tuesday, July 19th CST. This solicitation has been extended until Wednesday July 27, 2022. Questions can be provided until Monday, 25, 2022. Question 1: Please confirm that a Factory Mutual Approval label is required with NRTL Certified components as the government requires for their projects. Please advise who was used as the basis of design since these are not typical specifications required for FM Approved prefabricated chemical storage buildings shipped to New Orleans, LA. Answer 1: While doing market research, we found multiple vendors and manufacturers that could provide appropriate and acceptable buildings for our needs. All these buildings were indicated to have the FM approval rating. It should not be a problem to meet all our specs and obtain the FM approval label, however we are not requiring all those standards to be met. Question 2: You referenced a 1 fire rated partition wall needed. The only option for partition walls is non-fire-rated, 2 hour fire-rated and 4 hour fire-rated partition walls approved for FM approved buildings. Please confirm what fire-rating is required for the partition wall since a 1 hour fire-rated partition wall is not an NRTL Certified option and not approved for FM Approved buildings. Answer 2: The '1' mentioned in the SOW was indicating a quantity of ONE partition wall and was not indicating fire rating. We require that the fire partition wall be rated at three hours. Question 3: 4 hour fire-rated construction should always be bi-directional fire protection for FM Approved buildings since uni-directional fire-rated walls do not protect from fires entering the buildings from outside sources. Answer 3: We require a uni-directional system as a basic bid or a minimum. Question 4: The 140 MPH wind load requirement will need to be required for the entire building including all walls, ceiling and sump with wind rated air inlets and double doors required to meet the wind load needed. Without these components, your building will not be wind rated and the door will have increased corrosion since standard double doors have weep holes for condensation and wind will cause moisture up the weep holes and the door to corrode quickly near the bottom edge. This will reduce the life of your building considerable and the double door cannot be replaced in the field when corrosion appears since the frame is welded into place per FM requirements. Adding wind load structure to the walls only will not meet the wind load requirement for New Orleans, LA and the building cannot be labeled with a 140 MPH wind load per code compliance. Answer 4: The proposed building is required to meet all federal, state, and local codes and to be stamped by a PE licensed Engineer. Question 5: A PE stamped submittal should be included to validate the 140 MPH wind load requirement has been met by supplying PE Stamped drawings and calculations by a LA licensed PE. Without this requirement any one can state that their building meets the wind load requirement and you have no way to validate the option since it is in the wall structure and cannot be confirmed by visual inspection at delivery with no submittal drawings included to validate your requirements. Answer 5: We are aware of the PE stamp requirement. This must be handled and completed by the contractor and the price included in the bid. Only the contractor/manufacturer has access to the detailed plans and drawings for the building, which will be required for the PE stamp. Any submittal for consideration must have the stamp present. Question 6: Please confirm the building size needed since your only provided the pad size and not the storage requirements needed. Without listing the building size and storage capacity needed, anyone can quote a much smaller building than needed and be compliant to your specification since only maximum building dimensions are listed. This not recommended if you want bidders to quote comparable prefabricated chemical storge buildings. Answer 6: Building size varies between manufacturers, so we cannot specify exact building size. We would like the largest building that fits appropriately on our concrete pad, considering required tie downs and any other exterior accessories that require space. The concrete pad is 15'11" x 9'4". Equipment research shows that buildings tend to come in ~16' and ~14' lengths. A 16' building will NOT fit on the pad, so we will likely need a building one size down, in the 14' range. Contractors are encouraged to measure the existing pad during the site visit and propose the largest unit that can fill pad. Question 7: You will need to specify that a 2.5 fire department hose connection be included to provide the connection to the sprinklers to deluge the building. Without this option, there is no way for the fire-fighting response for deluge. Also, a sump drain with ball check value is typically needed to avoid overflowing the sump during firefighting deluge. Answer 7: The sprinkler system must have an exterior 2-1/2" NHT (National Hose Thread) brass fitting with cap. Question 8: Mechanical ventilation will be required since natural ventilation will not provide the 6 air changes per hour required for storing flammables. Your specification references passive ventilation and a mechanical ventilation system is required for storing flammables/combustible to remove the vapors before personnel enter the building. Answer 8: An explosion proof mechanical exhaust fan must be included. The system must be able to automatically shut down if a fire occurs. Question 9: Please confirm how much stainless shelving required since it was not included in your specification. Answer 9: We will need 9 shelves per side of the unit, for a total of 18 shelves for the entire building. (additional shelving is acceptable if that is standard) Question 10: Please confirm the electrical supply voltage and phase available since it was not included in your specification. Answer 10: Electrical connection is standard 120/208 V, single phase. We do not require a step down transformer. Question 11: Please confirm that your specification includes a horn and strobe alarm for the dry chemical fire suppression system since it was unclear what the alarm was supporting from the statement about bell and lights. The dry chemical fire suppression system comes standard with a bell but will be replaced if a horn and strobe are needed. Answer 11: The system must be equipped with a means for remote annunciation system, which could include a bell, a horn, and a strobe light. There must be some sort of exterior audible alarm. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B22Q0240 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 236210 (Industrial Building Construction), with a small business size standard of $39.5 Million. USDA, ARS, SRRC 1100 Allen Toussaint BLVD New Orleans, LA 70124 Is looking for procurement for Supply and Install Chemical Storage Building that fits into the associated Statement of Work. The Government anticipates award of a Firm Fixed Price contract. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered items meet all parts of the Equipment Requirements. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes - Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than July 22, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday July 20, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Details

Division 02 - Existing Conditions, Demolition, Selective Demolition, Selective Interior Demolition.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Flooring, Resilient Flooring, Painting and Coating, Painting.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 12 - Furnishings, Specialty Casework, Laboratory Casework, Countertops, Laboratory Countertops, Institutional Furniture, Laboratory Furniture.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Plumbing Equipment, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, HVAC Fans, Central HVAC Equipment.
Division 26 - Electrical, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents