SOLICITATION NOTICE
C -- Repair and renovate 1st floor and basement at building C-8438 on Fort Bragg, NC.
- Notice Date
- 5/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-10-T-0077-01
- Response Due
- 6/4/2010
- Archive Date
- 8/3/2010
- Point of Contact
- Wendy McNorial, 910-643-7224
- E-Mail Address
-
Fort Bragg Contracting Center
(wendy.d.mcnorial@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. SUBJECT: Project No. AK00018-0P Repair & renovate 1st floor & basement at building C-8438 Fort Bragg, North Carolina. 1. Special Provisions and General Project Information: a. WORK SCHEDULE Starting date is 3 CALENDAR DAYS AFTER THE NOTICE TO PROCEED and to be completed IN 21 CALENDAR DAYS THEREAFTER. Work is to be scheduled and accomplished as to provide a minimum of disruption to the mission of the unit. b. LIQUIDATED DAMAGES $135.00 per day for each day beyond scheduled completion date. c. INSPECTION: Inspection will be by the Directorate of Public Works, Business Operations & Integration Division, Customer Service Branch, Fort Bragg, North Carolina. The contractor will notify Thomas Patrick at (910) 396-2667 or Gary Lucas at (910)432-6609 no less than three days prior to starting work. d. WORK AREA/SITE: The area/building will be occupied during accomplishment of work. Interference with and inconvenience to the occupants or routine use of the facility shall be held to a minimum. The contractor is responsible for providing such coverings, shields, and barricades as required to protect the facility occupants, furniture, equipment, supplies, etc., from dust, debris, weather intrusion, or other damages resulting from the required work/construction. THE JOB SITE WILL BE CLEANED AT THE END OF EACH AND EVERY WORKDAY. e. WORK LOCATION: At building #C8438 located off Grave Street, Fort Bragg, N.C. f. GOVERNMENT MATERIALS NONE. g. HOURS OF WORK: The contractor shall accomplish this work between the hours of 7:30 AM and 4:00 PM, Monday through Friday. No work will be done on weekends or Federal holidays without prior approval from the ordering officer. h. WARRANTIES: A warranty on workmanship for one year must be provided. Manufactures warranty on parts and/or materials must be provided at the time of work completion. i.SCOPE OF WORK: The contractor shall furnish all labor, materials, equipment, transportation, tools, supervision, engineering and any other items necessary for the following: A.1st floor location 1.Paint preparation and painting which includes patching/ sanding all holes, scraping of loose paint, taping, removal of hardware and painting of all interior rooms on the first floor of building C8438. Work shall include but not limited to all walls, ceilings, door frames, doors, window frames, window sills and architectural millwork in areas identified at the scheduled pre-bid. All hardware and items removed will be replaced once work has been completed. All work shall comply with the Fort Bragg Installation Design Guide requirement of 1 coat of primer and two finish coats. Walls to be eggshell and trim shall be semi-gloss finish. Main wall color shall be either Benjamin Moore: OC-15, Sherwin Williams: 7036, Fed Spec: 37150*. Trim paint shall be either Benjamin Moore: 6072 Sherwin Williams: 1029, Fed Spec: 26521* ***NOTE*** All paints must meet the below MPI requirements 2.Contractor shall remove and dispose damaged ceiling tiles and replace with new ceiling tiles of same size at areas identified at pre-bid site visit. Contractor shall provide ceiling tiles for this portion of work. 3.Contractor shall provide and install new VCT in coffee house annex room. 4.Contractor shall remove and dispose damaged VCT in entrance area identified at pre-bid site visit. 5.Contractor shall provide and install VCT in room 132 where VCT is missing. 6.Contractor shall provide and install crown molding in area that is missing or damaged with that of similar size and style. 7.Contractor shall remove all burned out light bulbs and shall provide and install new light bulbs with that of similar wattage and size at locations identified at pre-bid site visit. Contractor shall remove and provide/ replace damaged fixture lenses. 8.Remove any existing cove base and install new rubber cove base with Johnsonite Color: 85 Burgundy 4 x 1/8 thick which complies with FS SS-W-40, type 1 9.Test and repair all electrical outlets and lighting fixtures. Work shall include installing new wall plates where there are broken or missing wall plates and switch plates, new light bulbs or fixtures as needed. Contractor shall provide all materials for this portion of work 10. Contractor shall test functionality of all doors (including bathroom doors) and shall provide and install any necessary hardware to make doors work in a functional manner. 11. Contractor shall repair damaged chair rail in entranceway. 12. Contractor shall thoroughly clean bathrooms, sinks, toilets, shower and tile. 13. Contractor shall strip and wax all floors on the first floor as indicated by the pre-bid site visit. 14. Contractor shall provide and install new window/glass at area where window is broken. 15. Contractor shall remove and dispose existing venetian blinds and shall provide and install new 1 tempered aluminum slat Levelor venetian blinds, color Alibaster at all windows indicated at pre-bid site visit. 16. Proper cleanup of building and removal of any waste materials generated by the above work. Contractor is also responsible for daily housekeeping and safety and is responsible for all work performed is within all NC & Fort Bragg codes as well as to ensure all materials are approved and compliant to the DPW IDG. B. Basement area 1.Contractor shall remove damaged piping insulation and shall provide and replace pipe insulation with that of similar materials and R values. 2.Contractor shall clean existing pipe insulation (non- damaged) to remove any visible mold. 3.Paint preparation and painting which includes patching/ sanding all holes, scraping of loose paint, taping, removal of hardware and painting of all interior rooms on the basement floor of building C8339. Work shall include but not limited to all walls, door frames, doors, window frames and window sills and architectural millwork in areas identified at the scheduled pre-bid. All hardware and items removed will be replaced once work has been completed. All work shall comply with the Fort Bragg Installation Design Guide requirement of 1 coat of primer and two finish coats. Walls to be eggshell and trim shall be semi-gloss finish. Main wall color shall be either Benjamin Moore: OC-15, Sherwin Williams: 7036, Fed Spec: 37150*. Trim paint shall be either Benjamin Moore: 6072 Sherwin Williams: 1029, Fed Spec: 26521* 4.Contractor shall provide and install new glass/window at location where window is broken. 5.Contractor shall remove and dispose damaged entrance doors and shall provide and install entrance doors with that of similar doors as indicated by the pre-bid site visit. Contractor shall provide and install new hinges as well as new locks- knobs with that of similar style and type. 6. Proper cleanup of building and removal of any waste materials generated by the above work. Contractor is also responsible for daily housekeeping and safety and is responsible for all work performed is within all NC & Fort Bragg codes as well as to ensure all materials are approved and compliant to the DPW IDG. ***NOTE*** All paints must meet the below MPI requirements NOTE: Use only non-asbestos containing materials. All painted and stained surfaces in the building are presumed to contain lead and the contractor shall take all measures and follow all current abatement procedures to protect themselves. NOTE: Asbestos was detected in the floor tile mastic and should be abated accordingly to all current codes and regulations. NOTE: Wall primer and wood trim primer must be tinted to the color of the finish coat and shall meet MPI #137 (Master Painters Institute) and shall be a Sherwin Williams PrepRite / Pro Block Latex Int/Ext Primer/Sealer B51W00020 and or equal. NOTE: Wall finish coat shall meet MPI #138 (Master Painters Institute) Sherwin Williams Super Paint Interior Latex Satin A87W00051 and or equal. NOTE: Metal doorway/ window trim primer must be tinted to the color of the finish coat and shall meet MPI #79 (Master Painters Institute) Sherwin Williams Kem Kromik Universal Metal Primer and or equal. NOTE: Metal Doorway/ window and trim finish coat paints shall meet MPI # 141 (Master Painters Institute) Sherwin Williams Satin- Plex CL1151-B31W141 and or equal NOTE: Use of Spray equipment for application will be prohibited. NOTE: ALL wall coatings shall be applied via roller and knap and each coat shall cover the entire areas to be painted. NO EXCEPTION WILL BE TAKEN. NOTE: All trim applications will be done with brush application method and each coat shall cover the entire areas to be painted. NO EXCEPTIONS WILL BE TAKEN NOTE: All work will be accomplished in the most favorable industry standards/practices and codes and installation will be in accordance with any Manufacturers Specifications/Recommendations/guidelines. NOTE: CONTRACTOR SHALL VISIT THE JOB SITE TO GATHER INFORMATION TO ENSURE THEY HAVE A COMPLETE UNDERSTANDING OF THE SCOPE OF WORK, MAGNITUDE OF WORK AND FULLFILL THEIR RESPONSIBILITY FOR THEIR OWN MEASUREMENTS, MATERIAL/PARTS, EQUIPMENT, ETC. NOTE: CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE APPROPRIATE SECURITY OFFICE AND ANY/ALL OTHER GOVERNMENT OFFICIALS OR DEPARTMENTS NECESSARY TO ENSURE ALL WORK IS ACCOMPLISHED IN ACCORDANCE WITH ALL/ANY GOVERNMENT, STATE, LOCAL, ETC. REGULATIONS/GUIDELINES. NOTE: Contractor will coordinate the work schedule with the COR/COTR and Job Site Occupants. NOTE: If any excavation is required the contractor is responsible for obtaining a DPW Excavation Permit (910-396-0321) prior to disturbance of earth, in addition a statement of environmental compliance is required such as but not limited to a project specific erosion control plan and shall be submitted for review by the Ft. Bragg Water Management Branch prior to construction beginning. In the event any waste is generated and planned to dispose of in the Ft. Bragg Landfill, the contractor must complete the Ft. Bragg Solid Waste Training for landfill users, print out the certificates at the end of the training and provide (2) signed sets prior to beginning the project work. Subject:Ft Bragg erosion control requirements for any/all land disturbance on Fort Bragg, North Carolina. Regardless of the size of the area being disturbed a plan is to be submitted to the DPW, Environmental Division, Water Management Branch (910-396-2301) for approval prior to the start of work. The plan can be as simple as; location, what is to be done, when the work will be performed, erosion measures that will be used i.e. silt fence and inlet protection and the seeding specs. If the area is greater than 1 acre then a plan will be submitted to the Water Management Branch and approved prior to being submitted to NCDENR for approval.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e2b5ddd3015c58fc31a07632dd746d75)
- Place of Performance
- Address: Fort Bragg Contracting Center MICC, Bldg. 2-1105 Macomb St. Stack C Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02153733-W 20100521/100519234549-e2b5ddd3015c58fc31a07632dd746d75 (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 |