Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOLICITATION NOTICE

Z -- Renovate Interior of Building 410, Naval Supply Activity, Mechanicsburg, PA

Notice Date
6/16/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, PWD PA, N40085 MID-ATLANTIC, PWD PA 4903 S. Broad Street Building #1032 Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N4008508B2871
 
Point of Contact
Linda Giallonardo 215-897-3586 Linda Giallonardo, Telephone (215) 897-3586, Fax (215) 897-6932
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This procurement includes incidental related work necessary to Renovate the Interior of Building 410, Naval Supply Activity, Mechanicsburg, PA. All work will be performed on a Government installation. Building 410 is a 200 foot by 600 foot wood frame building formerly used as a warehouse that has been converted into administrative space. The building is divided into four fire bay sections: North End, North Center, South Center, and South End. The scope of work for this building will include HVAC, Electrical, Architectural/Structural, Fire Alarm and Fire Protection. The contractor shall provide all the necessary labor, materials, equipment, supervision, transportation, quality control and clean-up. This requirement is for a multi-phase construction project that will be coordinated with the tenant. The description of work is as follows: a. North End Section: Work is limited to major corridors and includes: 1. Wall treatment, specialty paint, and vinyl wall covering similar to that in Building 311. 2. New ceiling grid and ceiling tiles. 3. New lighting fixtures. b. North Center Section: 1. Provide new DDC controls in existing HVAC equipment. 2. Replace sprinkler control valve and devices. Add Fire Department connection. 3. Replace sprinkler heads and inch sprinkler branch piping at roof level. 4. Tie in new fire alarm devices to existing addressable system. 5. Provide new ceiling system to accommodate variety of office conditions. Provide for wire extensions and speaker relocation and relocation of HVAC diffusers and sprinkler heads as required. 6. Remove existing light fixtures and provide new. 7. Data wiring modifications to be accomplished by Navy personnel. 8. Demolish existing metal corridor walls and install new walls with stud and gypsum board. 9. Install wall treatment, specialty paint, and vinyl wall covering similar to that in Building 311. 10. Provide new interior wood doors, hardware and metal frames for all new corridor walls and vestibule. 11. Replace electrical sub panels (old Federal Pacific). 12. New kitchenette adjacent to existing vending area. 13. Existing electrical power distribution system to remain. 14. DAPS area is not included in project scope. 15. Remove hazardous materials such as cement asbestos board sheathing, vinyl asbestos floor tiles, asbestos pipe lagging and lead containing material. c. South Center Section: 1. Provide new DDC controls in existing HVAC equipment. 2. Replace sprinkler heads and inch sprinkler branch piping at roof level. 3. Tie in new alarm devices to existing addressable system. 4. Provide new ceiling system to accommodate variety of office conditions. Provide for wire extensions and speaker relocation and relocation of HVAC diffusers and sprinkler heads as required. 5. Remove existing light fixtures and provide new. 6. Data wiring modifications to be accomplished by Navy personnel. 7. Demolish existing metal corridor walls and install new walls with stud and gypsum board. 8. Install wall treatment, specialty paint, and vinyl wall covering similar to that in Building 311. 9. Provide new interior wood doors, hardware and metal frames for all new corridor walls and vestibule. 10. Replace electrical sub panels (old Federal Pacific). 11. New kitchenette adjacent to existing vending area. 12. Existing electrical power distribution system to remain. d. South End Section: 1. Provide new DDC controls in existing HVAC equipment. 2. Replace sprinkler heads and inch sprinkler branch piping at roof level. 3. Tie in new alarm devices to existing addressable system. 4. Provide new ceiling system to accommodate variety of office conditions. Provide for wire extensions and speaker relocation and relocation of HVAC diffusers and sprinkler heads as required. 5. Remove existing light fixtures and provide new. 6. Data wiring modifications to be accomplished by Navy personnel. 7. Demolish existing metal corridor walls and install new walls with stud and gypsum board. 8. Install wall treatment, specialty paint, and vinyl wall covering similar to that in Building 311. 9. Provide new interior wood doors, hardware and metal frames for all new corridor walls and vestibule. 10. Replace electrical sub panels (old Federal Pacific). 11. New kitchenette adjacent to existing vending area. 12. Existing electrical power distribution system to remain. DAPS area is not included in project scope. The North American Industry Classification System (NAICS) is 236220. The Small Business Size Standard is $31,000,000.00. This procurement will be obtained utilizing Sealed Bidding procedures (Invitation For Bid (IFB). This contract will contain a Davis Bacon Wage Decision that shall be in effect for the entire contract. The estimated cost range is between $5,000,000.00 and $10,000,000.00. This solicitation will be issued as a Total HUBZone Set-Aside. All bidders shall submit with their Bid, a Bid Bond for 20% of the amount of their Bid. The solicitation (specification) will be limited to the electronic medium only. The specification WILL NOT be provided in a paper hard copy format or CD_ROM. The address for downloading this solicitation from the Internet is https://www.neco.navy.mil. Registration and downloading from the Internet is free of charge; however, some specifications may take a considerable amount of time to download. All prospective bidders are required to register for this procurement on the Navy Electronic Commerce Online (NECO) world wide website when specifications become available. To do so, you must first create an account. You may view the site without an account, BUT you will not be able to register for a solicitation unless you have an account. Once registered, when the Invitation For Bid (IFB) package becomes available, you will receive an e-mail informing you that the IFB package is available for downloading. An official plan holder list will be maintained on and can be printed from the website. If you fail to register, the Government cannot be responsible for your being notified of any amendments to the solicitation. The solicitation (plans and specifications) will be available on or about 7 July 2008. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. Therefore, it is the contractors responsibility to check the Internet site daily for any posted changes to the solicitation. In addition, all contractors are required to register in the Department of Defense (DoD) Central Contractor Registration (CCR) Database. Failure to register in the CCR makes a bidder ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the website at http://www.ccr.gov or by referring to DFARS Subpart 204.703. NOTE: Bidders should submit verification of their firms registration in the CCR database with their bid.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79da1b471c81ab9d4f170a1bd9c0d0b1&tab=core&_cview=1)
 
Record
SN01594422-W 20080618/080616220314-79da1b471c81ab9d4f170a1bd9c0d0b1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.