SOLICITATION NOTICE
Z -- Restroom Upgrade and expansion of Building 306
- Notice Date
- 1/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 128 ARW/LGC, General Mitchell IAP ANG Base, 1919 East Grange Avenue, Milwaukee, WI 53207-6199
- ZIP Code
- 53207-6199
- Solicitation Number
- W912J2-05-B-2001
- Response Due
- 3/18/2005
- Archive Date
- 5/17/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Work shall be performed at the 128 Air Refueling Wing, General Mitchell International Airport, Milwaukee, Wisconsin, building 306. The contract completion time for this project is one hundred and twenty (120) calendar days from receipt of notice to p roceed. The estimated cost range is between $250,000 and $500,000. The North American Industry Classification System (NAICS) code for this procurement is 236220 with an average gross revenue of $28.5 million for the last three (3) years. The proposed contr act is being solicited as Set Aside for Small Business in accordance with the Small Business Competitiveness Demonstration Program and is a Firm Fixed Price. Funds are presently available for the project. The Invitation for Bid will be issued on or about F ebruary 3, 2005. All responsive offers from responsible offerors will be considered. Small Disadvantaged, Women-Owned, HUBZone, Veteran Owned and Disable Veterans Owned businesses are encouraged to submit proposals. The solicitation will be available approximately fifteen (15) calendar days from the date of this announcement from the Natio nwide NG Posting for Electronic Business Solicitations (EBS) on-line at http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All requests for solicitations shall go through the EBS website. Interested bidders are required to register on the EBS website to access/download the solicitation. Clicking on the solicitation number link will start the registration process. Interested bidders must be registered with Central Contractor Registration (CCR). CCR registration information can be access ed on-line at http://www.ccr.gov/. Interested bidders are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and MPIN in order to log in to the Online Representations and Certification s Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available only from the EBS website. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. Interested bidders are required to register on the FedTeDS website to access/download the plans and specifications. Registration information is available on the FedTeDS homepage. The following is a brief summary of the statement of work: 1. Principle features of the work at Building 306: a. Demolition; Remove and dispose of the following: all old plumbing fixtures toilets, urinals, sinks, shower valves, and accessories etc.; cap, plug, terminate, and dispose of all water, drain, waste, and vent piping in rooms; concrete flooring and base material; toilet partitions, ceiling tile/grid, mirrors, and lighting fixtures; CMU walls, doors, shower stalls, and doorframes; all HVAC equipment that will not be re-utilized for this project; old sheet metal ducting; break, and restroom base, and wall cabinets; all lig hting fixtures; lighting, receptacle, and other electrical circuits; fire alarm circuit wiring; all communication, data, CCTV, and intercom wiring; all vinyl, ceramic, and carpeting. b. New Installation Rough Plumbing; Provide and install the following: New water, drain, waste, and vent piping to all the new plumbing fixtures as per the drawing provided and per WI Admin Code Comm 81-87; a new on demand water heating systems for the restrooms, electric shop/janitors closet, and kitchen/break room; new shu t-off valves at all plumbing fixture and isolation valves for the water heater; isolation valves for the hot and cold water at each restroom for maintenance work and test. Repair the concrete floors as needed to accept the new flooring material. Insulate all pipe runs. c. New Concrete Walls; Provide and install new 8-inch CMU walls d. New HVAC Equipment; Provide size and install: a new exhaust system for each restroom; a 24-hour time clock to operate t he restroom exhaust fans; a new 2ft.x2ft, diffusers at the finish ceiling openings; new gas service line from the main to the new HVAC units; a new heat/AC unit and DDC controls to service the new restrooms and womans locker room; a new convector and rela ted piping and controls; install a new heat/AC units and DDC controls to service the break, and computer room; new 2ft.x2ft-perforated diffusers at the finish ceiling openings; a new split system A/C unit. Install two six-inch A/C supplies from existing to room. Provide, size, and install: a new heat/AC units and DDC controls to service the shop, two offices, and locker rooms; new 2ft.x2ft-perforated diffusers at the finish ceiling openings. DDC controls will be KMC brand and wired to the main panel in the new mechanical room. Provide and install a new LAN controller in the mechanical room. All HVAC units should be York or Carrier brand units. Provide and install emergency HVAC shutdown buttons with plastic see thru covers. Provide a new rough service laptop computer loader with Kreuter Controls software program. e. New Electrical/Comm Equipment; Provide and install: new fluorescent 32 watt troffler standard 2X2 lay-in light fixtures; down light fixtures for the shower stalls; wall washer fixtures over the restroom sinks; emergency light fixtures with battery back up at the exit doors and corridors; 20 amp electrical receptacles; a 225 ampere 3 phase 4-wire Square D QOD panel board in the new mechanical room; fixed temperature/rate of rise heat detectors and pull stations i n all rooms per NFPA 72; new LAN, Telephone, PA, and CCTV conduits and boxes f. New Finishes; Plumbing; Provide and install: new Kohler brand toilets, and wall mount urinals in the restrooms; a new two-basin insulated stainless steel sink with rinse hose and ? hp Insinkerator brand garbage disposal for the break room area; solid surface (Corian) counter tops with molded matching sink basins to match; mid-grade wood vanities and kitchen, wall and base cabinets with hardware; two small storage cabinets for bathroom supplies, cabinets will be located in the restrooms; molded plastic solid color toilet and urinal partitions including all hardware; new Sloan brand automatic flush valves for the toilets and urinals; new Sloan brand automatic faucets for the sinks in the restrooms; new Moen brand pressure balancing shower valves in all shower stalls; matching bath ac cessories to include grab rails, rolled paper towel dispensers, toilet paper holders, soap dispensers, and trashcans; clear shower curtains with chrome plated metal rods and ceramic corner soap holders in all showers; new one-piece glass mirrors above the restroom sinks; new black plastic commercial quality toilet seats; and new baked enamel lockers g. New Finishes; Flooring; Provide and install: ceramic floor, baseboard, and wall tile in the shower areas, color and patterns are on the example boards; ceramic floor and base tile on the restroom floors; ceramic tile and base in the womens locker room; vinyl composition 12-inch floor tile and 6-inch baseboard in the mens locker room; vinyl composition 12-inch tile in the computer, and office areas along with 6-inch vinyl baseboard h. New Finishes; Wall and ceilings; Provide and install: steel masonry doorframes, with paint grade Birch doors, Best brand lever handle entry locks and cores, and door closures, and kick plates doors will be painted. Provide and apply two coats of semi gloss paint on all wall surfaces, doors, and doorframes. Provide and install acoustical ceiling grid with a 2- foot by 2-foot pattern in all areas and install vinyl-clad tiles in the restrooms and mineral fiber in the other areas. Provide and install wood benches in the locker rooms.
- Place of Performance
- Address: 128 ARW/LGC General Mitchell IAP ANG Base, 1919 East Grange Avenue Milwaukee WI
- Zip Code: 53207-6199
- Country: US
- Zip Code: 53207-6199
- Record
- SN00736898-W 20050121/050119211844 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |