Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
Decommissioning and Demolition of the Hawaii Fruit Fly Production Facility
June 8, 2010
8:01 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

USDA, APHIS, intends to issue an Invitation for Bids for the Decommissioning and Demolition of the Hawaii Fruit Fly Production Facility located at Waimanalo, Hawaii. The facility is approximately 35,000 square feet, consisting of a combination of poured concrete, reinforced masonry, steel framing, and a metal roof. The structure is essentially a bearing wall system with intermediate steel columns. Vertical loads on the second floor are carried by reinforced concrete floors which span to bearing walls. Vertical loads on the roof are carried by a metal deck spanning to steel roof beams (purlins) which are in turn supported by bearing walls or steel roof girders. The steel roof girders span between columns and bearing walls. The bearing walls are reinforced 8-inch concrete masonry units. Continuous wall footings are placed below all bearing and shear walls. As a result of the high number of walls and wall footings that form the perimeter of each room, the floor slab is placed as a series of individual slabs, one slab for each room with an expansion joint at the perimeter wall. The slab is 4-inches thick and is placed on a 4-inch, compacted base course. Control joints are placed with spacing ranging from 15' to 20' center to center. Multiple air handlers are on the roof, compressors are on a concrete pad beside the building, two boilers are inside the facility, as well as a backup generator and diesel tank on concrete pads. Metal monorails were installed throughout much of the facility. Demolition requires complete removal of the facility and termination and capping of utilities. The estimated magnitude of this project is between $1 million and $5 million. The North American Industry Classification System (NAICS) Code is 238910. The Small Business Standard Size is $14 million. The solicitation, including specifications and all other documents related to this procurement, will be available at no charge on the Federal Business Opportunities website (www.fbo.gov) on or around 18 June 2010. All responsible sources may submit a bid which shall be considered by the agency. The tentative date for opening bids is 19 July 2010. The estimated date for completing contract performance is 28 February 2011. It is the responsibility of interested parties to monitor this site for the solicitation and amendments, if any. Questions concerning this synopsis should be directed to James Roloff, Contracting Officer, by email at james.g.roloff (at) aphis.usda.gov. Telephone inquiries will not be honored.

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online: John
49 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 48

Members: 3037

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19252

Posts: 27485

Administrators: JOHN: 7602, John: 6249