Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
DOCUMENT

Z -- Design/Bid/Build Construction Services for RM 09-2102 and RM09-2103, Buildings 688 and 689 Q4/BQ Repairs and Alterations, Naval Station Newport, Newport, Rhode Island - Attachment

Notice Date
1/12/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008512R1710
 
Response Due
1/25/2012
 
Archive Date
2/9/2012
 
Point of Contact
Alex Holmes, Contract Specialist, Phone: 757-341-1973
 
E-Mail Address
alex.holmes@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Design/Bid/Build Construction Services for RM 09-2102 and RM09-2103, Buildings 688 and 689 Q4/BQ Repairs and Alterations, Naval Station Newport, Newport, Rhode Island The Contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications. The proposed construction will repair and renovate Buildings 688 and 689 Coddington Point at Naval Station Newport. The facilities were constructed in the early to mid 1970 ™s and are primarily used to house œunaccompanied ™ military personnel. Each building consists of 3 levels with a flat roof. The housing facilities are based on a ˜quad ™ concept of 4 individual rooms and a common lounge area. Each room has a small private bathroom. Bldg 688 currently consists of 15 quad units and Bldg 689 consists of 27 quad units. A portion of Bldg 689 is supported on concrete columns that extend below the first level due to the grade differential. There is a common courtyard space separating the two structures. The elevated levels of both buildings are accessed by external, stand-alone stair towers. Bldg 688 is serviced by two stair towers and Bldg 689 is serviced by three stair towers. Access to each housing quad unit is by open balconies with metal handrails. The mechanical rooms and associated utility connections are located on the first level of Bldg 688 which currently serves as the central plant for both bldgs. There is a common lounge space and laundry area in Bldg 688 which is being renovated under this contract. Records show that the windows were replaced for both buildings in 1993, and window upgrades are not required for this scope of work. The building ™s structural system consists of light-gage cold-formed metal bearing walls supporting open web steel floor joists with concrete floor deck. The roof system also consist of open web steel roof joists with concrete decking, built-up roofing, with gravel ballast. The main scope of work includes updating the mechanical and electrical systems, adding fire suppression system, and some architectural upgrades to the building exterior and living quarters. The description outlined herein is not inclusive of all work that is scheduled to be performed, but a general outline of the major objectives. LIFE SAFETY: Life Safety work includes the installation of a sprinkler system and a modern fire alarm/mass-notification system. MECHANICAL: Mechanical work includes the replacement of plumbing systems and bathroom components in the common lounge space and laundry room; the installation of PTHP mechanical units in each room and common space for climate control; and other similar related work. The two buildings will no longer use the Central Plant in Bldg 688 for heating. A mechanical ventilation system will consist of a Dedicated Outside Air Unit (DOAU), supplying 100% outside air to all occupied rooms. The domestic hot water is heated by the base central utility steam distribution system in the winter and an oil-fired boiler in the summer located in the mechanical room of Bldg 688. The oil-fired boiler and steam domestic hot water system will be replaced in-kind. Work will need to be phased to maintain hot and cold domestic water to each of the buildings during the construction. The base has a current underground steam utility replacement project ongoing that will need to tie into the new domestic hot water steam system in Bldg 688. Shower heads throughout the buildings will be replaced with low flow type. ELECTRICAL: Electrical work includes demolition work and installation of new electrical transformers, panels, and circuits, to both modernize and to account for load increases (due to PTHP installation and additional outlets). Replacement of electrical distribution system consists of service entrance conductors, switchboard, and panel boards. The installation of a new primary duct bank from the Bldg 460 switch, thru a manhole to Bldg 689 will be required. New fiber runs for telephone, NMCI, DDC, and future capacity will be pulled from Bldg 690 and terminated in the Bldg 688 electrical room. Providing new lighting fixtures in common area rooms and walkways, and providing new duplex receptacles in common area rooms and additional receptacles for laundry and dryer rooms. A lightning protection system will be provided for each building. ARCHITECTURAL: Architectural work includes the installation of a new roof system at existing stair tower ™s; safety railings at the access panels; enclosing of the existing stairwells with metal panels and new doors; the re-pointing and pressure washing of exterior brick masonry and concrete retaining walls; gutter cleaning; painting and carpeting in interior spaces; and other similar related work. Provide resilient tile in common lounge floor areas and paint all rooms including door and trim work. Replace damaged doors as to be indicated on the drawings. Bldg 688 and 689 will not be made ADA accessible; only the common lounge spaces and laundry areas will be made accessible in Bldg 688. Additional interior renovations will occur on the first floor common areas and other proposed spaces. STRUCTURAL: Structural work will support new metal panel fascia at stairwells and quad entry areas. New framing will be provided for a new glazed storefront and will be ATFP rated. Misc structural work is anticipated to support the other renovation and repair work. CIVIL: Civil work includes re-grading and minor landscaping work; the installation of concrete equipment pads; the installation of drain pipe; and the installation of new water service out to the street main. A new ramp may be required for accessibility at Bldg 688. Area of disturbance is less than one acre and will not trigger LID requirements. DEMOLITION: Demolition of mechanical room equipment and piping, and other demolition to support the renovations will be required throughout the construction period. There are existing hazardous materials, in the form of ACM, lead paint, pcb materials which will require abatement as indicated on the construction documents. A Hazardous Material report has been prepared outlining the extent of these materials. PHASING REQUIREMENT: Phasing of construction consist of the majority of work to begin on Bldg 689 interiors first. Occupants will leave Bldg 689 prior to construction. Tentative plans are for the Contractor to move the existing furniture to the local Government provided warehouse for storage and/or disposal using FFE funding. Work must also immediately begin on Bldg 688 while this dormitory remains occupied. This will limit construction to exterior work, mechanical room demo, and common space renovations. Phasing will require careful coordination with occupants and planning with base activities. Upon completion of Bldg 689 renovations, occupants of Bldg 688 will move to Bldg 689 to allow for interior renovations of 688 to begin. Existing furniture will again need to be moved to local storage. A planned modification for the FFE package will include all new furniture and fixtures for the bedrooms, common spaces, and lounges. A new office area is also planned for incorporation into both buildings, which will also require installation of new fiber runs for the data ports. The Contractor will be responsible for providing the final FFE design and selection and procuring and installing the furniture, through the BVA process. FFE funding will be provided separately from the Construction award funds for the renovations and repairs. BID OPTIONS: Bid options are anticipated and will include the following: 1. An option to provide a DDC System 2. An option to replace bathroom lavatories. 3. An option to provide new metal panel protective screens to be added at the façade at the quad entry doors. 4. An option to renovate Common Areas, Bldg 688. The listed options represent only a partial list. As requirements for the project firm up the list of options may increase. The magnitude of this project is between $5,000,000 and $10,000,000. All Service Disabled Veteran (SDV) small businesses certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these construction requirements in the fourth quarter of FY12. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. (2) Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. 7. Annual revenue. RESPONSES ARE DUE NLT 25 January 2012, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent to the following: Mail responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Alex Holmes 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Express deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Alex Holmes 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Hand delivered responses to the Express Delivery address but to First Floor, Room 109, Attn: Alex Holmes Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Alex Holmes either by email at alex.holmes@navy.mil or phone 757-341-1973.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R1710/listing.html)
 
Document(s)
Attachment
 
File Name: N4008512R1710_N40085-12-R-1710_Sources_Sought_Notice_RM_09-2102_and_RM_09-2103.pdf (https://www.neco.navy.mil/synopsis_file/N4008512R1710_N40085-12-R-1710_Sources_Sought_Notice_RM_09-2102_and_RM_09-2103.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008512R1710_N40085-12-R-1710_Sources_Sought_Notice_RM_09-2102_and_RM_09-2103.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02654020-W 20120114/120112234955-14595d1d5aff01ba5a7e64036ac0e50c (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.