Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
MODIFICATION

Z -- Design-Build, Repair 3rd Floor Bldg 9225, JIEDDO

Notice Date
7/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-12-B-0010
 
Point of Contact
Son T. Nguyen, Phone: 2106712654, Jackie L. Murray, Phone: 2106711711
 
E-Mail Address
son.nguyen.13@us.af.mil, jackie.murray@us.af.mil
(son.nguyen.13@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
TITLE: Design-Build, Repair 3 rd Floor Bldg 9225, JIEDDO Project Number: MPLS 11-0114 PROJECT SCOPE The Contractor shall provide a complete design analysis (60% and 100% design submittals) under this design-build contract to repair / renovate the 3 rd floor rooms 315/316/317/318/319/320/321/322/323 to include asbestos abatement, replace light fixtures, replace carpet, furr out room walls and provide finishes, upgrade HVAC, replace hallway finishes feeding into these Rooms, install communication line drops (NIPRNET/SIPRNET) and renovate two bathrooms 363/365; as required by pending Statement of Work (SOW) to include: itemized cost estimates, equipment selection, investigations and testing as required, design/load calculations, studies, referenced design instructions, 100% design/shop drawings stamped/sealed by the Contractor's engineer of record as required for construction, for all engineering disciplines. Upon award of contract, the Contractor shall re-evaluate the 100% Design & Specifications (B9225) provided by the Government for value engineering purposes. The Contractor shall provide a demolition plan, 60% and 100% IAW pending SOW (Schedule of Deliverables) for review and approval by the Government; the Contractor shall provide in writing to the Government any/all deviations from the existing design that will be applied to the new design for this project. DESIGN The contract shall consist of the design and construction associated with repairing 3 rd floor bldg 9225 IAW pending SOW. Upon approval of the final 100% design acceptance, the Contracting Officer shall issue a Construction Notice to Proceed (NTP) to the Contractor to start construction work. The Contractor shall investigate and comply with all applicable DoD design criteria including those that may have become applicable subsequent to the completion of the Air Force regulations, equipment specifications, handicap accessibility requirements, life safety codes, fire safety codes, asbestos and lead-based paint abatement requirements and local, state and Lackland Air Force Base (LAFB) criteria in order to perform the services covered by the pending SOW. CONSTRUCTION REQUIREMENTS The following is a summary of the scope of work. The design analysis shall consist of, but not be limited to mechanical, electrical, architectural and communications. All work shall be in conformance with the approved design drawings, specifications and design criteria listed in the pending SOW, including the furnishing of all materials, labor, plant, tools, equipment, and services necessary and incidental thereto. The Contractor shall provide a demolition plan to be reviewed/approved by the Government prior to any demolition work to begin. The scope of work shall include, but is not limited to the following: BASE BID Hallway •a) Contractor shall replace 2 (each) hallway double doors (6x7) at Rooms 315 and 319; doors shall be secure type to meet EMSEC requirements for SIPRNET and with cipher locks; no peep holes/windows •b) Contractor shall convert 4 (each) hallway double doors (6x7) into single doors (3x7) for Rooms 316, 317, 318 and 320; new wall construction and doors shall comply with EMSEC requirements for SIPRNET; doors shall have cipher locks; no peep holes/windows; approximately 100 SF of new wall construction, finishes shall match surrounding •c) Contractor shall replace 2 (each) hallway single doors (3x7) at Rooms 321 and 323; doors shall be secure type to meet EMSEC requirements for SIPRNET and with cipher locks; no peep holes/windows •d) Contractor shall purchase and install new carpet tile and all associated padding/layers underneath carpet, throughout hallway/corridors within the highlighted areas (except Bathrooms 363 and 365); 2792 SF •e) Contractor shall install 1 floor threshold at corridor 301 and a floor threshold at each of 4 doors in Corridor 302 that feed stairways #2 and #3; •f) Contractor shall install cove base in hallway; 554 LF •g) Contractor shall prep/primer/paint all walls; 4434 SF •h) Contractor shall replace 3 exit sign fixture; •i) Contractor shall leave all door bells in place for reuse; •j) Contractor shall replace all lighting in hallway; new lighting shall be recessed type; 23 (2x4) fluorescent light fixtures •k) Contractor shall replace all acoustical drop down ceiling and grid system in hallway (8 ft ceilings) 2792 SF •l) Contractor shall install Room signage for all Rooms as per design criteria in pending SOW •m) Contractor shall re-finish/re-use existing fire extinguishers and cabinets to remain in place; Men's Restroom 365 •n) Contractor shall demo/replace/relocate all plumbing fixtures and associated piping, which includes 4 (each) water closets, 4 (each) urinals, 5 (each) wall mounted sinks; sink fixtures shall be MOEN or equivalent •o) Contractor shall relocate towel dispensers (if necessary) but shall remain for reuse; •p) Contractor shall relocate soap dispensers (if necessary) but shall remain for reuse; •q) Contractor shall relocate mirrors (if necessary) but shall remain for reuse; •r) Contractor shall demolish/replace water closet compartment partitions (264 SF) to accommodate space for the new construction of 1 new pre-fabricated shower unit (48-inch size) with all associated plumbing, piping, mixing valve and tie-in to existing drain; this may require reduction of water closets and wall urinals; •s) The Contractor shall construct built up shower wall separator (approximately 64 SF), shower pan and curb, complete with finishes on all surfaces. Finishes shall consist of ceramic tile on a thin-set grouting bed, on concrete mortar with shower pan liner underneath. Size of ceramic tile shall match floor tile size. The Contractor shall install a sloped concrete topping at shower pan to ensure sufficient drainage. Contractor shall show concrete topping slope in shop drawings for Government approval, prior to any work to begin. Shower pan liner shall be installed as one single piece and raise up to 8 inches from the floor for each of the (3) surrounding walls and constructed of heavy duty 40-mil gray PVC, approved by UPC, BOCA, and SBCCI; meets specification ASTM D 4551-86, or similar to and/or equal product. The shower pan liner shall also be installed to go completely over the shower curb to prevent any leakage. The shower curb assembly shall consist of the following: metal studs anchored to existing sub-straight with cementitious tile backer-board surround, topped with a thin-set setting bed and ceramic tile. Shower curb edges shall have a bull-nose edge. The Contractor shall install shower strainer and adjustable drain barrel as part of shower pan assembly. •t) The Contractor shall perform TWO tests of shower pan for proper drainage and ensure there is no leakage. First test shall be performed right after the shower pan has been completely installed and is at its highest water resistant level, with screen/strainer; NO finishes yet. Government will require Contractor and Government inspector to sign off on first test of shower pan. If leaks are detected, Contractor shall repair leaks at no additional cost to the Government. Once the Government has received test documentation indicating that no leaks have been detected, Contractor shall proceed to complete installation of finishes. Second test shall be performed for each of (4 each) shower pans, once finishes have been completely installed. If leaks are detected, Contractor shall repair leaks and re-finish surfaces at no additional cost to the Government. Government will require Contractor and Government inspector to sign off on second test of shower pan. •u) Contractor shall replace all lighting with recessed type lighting; •v) Contractor shall demo/purchase/install new exhaust fan to accommodate newly added shower unit; the existing exhaust will not extract the added moisture from the newly added shower; •w) Contractor shall replace all floor tile to accommodate newly added shower unit, drain and the relocation of water closets; 320 SF of floor tile demo/replacement •x) Contractor shall seal/paint masonry brick walls in both bathrooms to resist moisture; 1024 SF total for both bathrooms •y) Contractor shall seal/paint hard ceilings in both bathrooms to resist moisture; 560 SF total for both bathrooms; •z) Contractor shall replace 1 door (3x7); •aa) Contractor shall replace all ceiling HVAC diffusers and return grills; •bb) Contractor shall replace/install new cove base for entire bathroom; 64 LF Women's Restroom 363 •cc) Contractor shall demo/replace/relocate all plumbing fixtures and associated piping, which includes 2 (each) water closets, 2 (each) wall mounted sinks; sink fixtures shall be MOEN or equivalent •dd) Contractor shall relocate towel dispensers (if necessary) but shall remain for reuse; •ee) Contractor shall relocate soap dispensers (if necessary) but shall remain for reuse; •ff) Contractor shall relocate mirrors (if necessary) but shall remain for reuse; •gg) Contractor shall demolish/replace water closet compartment partitions (60 SF) to accommodate space for the new construction of 1 new pre-fabricated shower unit (48-inch size) with all associated plumbing, piping, mixing valve and tie-in to existing drain; this may require addition of water closets; •hh) The Contractor shall construct built up shower wall separator (approximately 64 SF), shower pan and curb, complete with finishes on all surfaces. Finishes shall consist of ceramic tile on a thin-set grouting bed, on concrete mortar with shower pan liner underneath. Size of ceramic tile shall match floor tile size. The Contractor shall install a sloped concrete topping at shower pan to ensure sufficient drainage. Contractor shall show concrete topping slope in shop drawings for Government approval, prior to any work to begin. Shower pan liner shall be installed as one single piece and raise up to 8 inches from the floor for each of the (3) surrounding walls and constructed of heavy duty 40-mil gray PVC, approved by UPC, BOCA, and SBCCI; meets specification ASTM D 4551-86, or similar to and/or equal product. The shower pan liner shall also be installed to go completely over the shower curb to prevent any leakage. The shower curb assembly shall consist of the following: metal studs anchored to existing sub-straight with cementitious tile backer-board surround, topped with a thin-set setting bed and ceramic tile. Shower curb edges shall have a bull-nose edge. The Contractor shall install shower strainer and adjustable drain barrel as part of shower pan assembly. •ii) The Contractor shall perform TWO tests of shower pan for proper drainage and ensure there is no leakage. First test shall be performed right after the shower pan has been completely installed and is at its highest water resistant level, with screen/strainer; NO finishes yet. Government will require Contractor and Government inspector to sign off on first test of shower pan. If leaks are detected, Contractor shall repair leaks at no additional cost to the Government. Once the Government has received test documentation indicating that no leaks have been detected, Contractor shall proceed to complete installation of finishes. Second test shall be performed for each of (4 each) shower pans, once finishes have been completely installed. If leaks are detected, Contractor shall repair leaks and re-finish surfaces at no additional cost to the Government. Government will require Contractor and Government inspector to sign off on second test of shower pan. •jj) Contractor shall replace all lighting with recessed type lighting; •kk) Contractor shall demo/purchase/install new exhaust fan to accommodate newly added shower unit; the existing exhaust will not extract the added moisture from the newly added shower; •ll) Contractor shall replace all floor tile; 240 SF of floor tile demo/replacement •mm) Contractor shall prime/paint/seal masonry brick walls in both Bathrooms to resist moisture; see section x (above) under men's restroom for quantity •nn) Contractor shall prime/paint/seal hard ceilings in both Bathrooms to resist moisture; see section y (above) under men's restroom for quantity •oo) Contractor shall replace 1 door (3x7); •pp) Contractor shall replace all ceiling HVAC diffusers and return grills; •qq) Contractor shall demolish brick masonry wall and re-configure bathroom to accommodate space for the addition of 1 new shower unit; 120 SF of wall demolition (this includes demo of 1 door/frame) •rr) Contractor shall replace/install new cove base for entire Bathroom; 60LF Rooms 315, 316, 317, 318, 319, 320, 321, 322, 323 •ss) Contractor shall replace all acoustical drop down ceiling and suspended grid system for each room (12 ft ceilings) with new 2x2 acoustical drop down ceiling and new suspended grid system; 6208 SF •tt) Contractor shall demolish remove cinder block wall (24 FT x 12 FT) in Room 320; 288 SF •uu) Contractor shall re-finish all areas (floor, ceiling, wall) where wall was removed in Room 320, new finishes to match renovation finishes in this Room •vv) Contractor shall demo/remove carpet in Rooms 317 and 318; 1792 SF •ww) Contractor shall purchase and install new carpet tile and all associated padding/layers underneath carpet for rooms 315, 316, 317, 318, 319, 320, 321, and 323; 5696 SF (room carpet shall match hallway carpet) •xx) Contractor shall purchase and install new VCT tile over existing tile in Room 322; 512 SF •yy) Contractor shall block-in 4 (each) single doors (3x7) to comply with AFSSI requirements for secure wall construction; •zz) Contractor shall skim coat and refinish (gypsum board/prime/paint) NW wall in Room 326 to hide the blocked off door areas; (32LF x 12LF) •aaa) Contractor shall replace all lighting throughout each Room with new recessed type lighting; 156 light fixtures •bbb) Contractor shall replace all ceiling HVAC diffusers and return grills; •ccc) Contractor shall refinish (sand/prime/paint) window opening in Room 323 to match new wall finish; •ddd) Contractor shall furr out ALL interior cinder block walls with 5/8" gypsum board level 5 finish; walls must be level and plumb; 11,724SF (977LF x 12LF) •eee) Contractor shall provide/install new cove base for all rooms; 977LF •fff) Contractor shall replace 1 (each) single door (3x7) in Room 320; door shall be solid wood with new door hardware by manufacturer STANLEY/FALCON/BEST or equivalent, 7-pin interchangeable cores, small format, type A; all door and door frames shall be constructed flush with the new furred out walls; •ggg) Contractor shall remove 2 "red" power shutoff buttons and all associated wiring/conduit back to an area above the ceiling for Rooms 316 and 317; the conduit holes through cinder block wall shall be covered by new furred out walls; •hhh) Contractor shall remove and re-install all electrical outlets, plugs, switches so as to accommodate all new furred out walls; •iii) Contractor shall replace all ceiling HVAC diffusers, return grills; 20 diffusers, 12 return grills •jjj) Contractor shall provide and install NIPRNET communication lines/drops to each Room. Quad outlets will be installed at each telephone & LAN/data location unless specified otherwise. Each quad shall contain 2ea telephone outlets and 2ea LAN/data outlets. Telecommunications outlets shall be Category 5, RJ45 8-pin voice and data modular outlet assemblies housed in a quad-hole, flush wall-mount faceplate. All terminations shall be done according to T568-B wiring scheme as required by TIA/EIA-568-B. Wall-mount telephone outlets (for wall-mounted telephone sets) shall be 8-pin modular outlet assemblies (type RJ-45 modular wall-telephone jack) mounted in a simplex housing as indicated on the drawings. Each modular outlet shall accept a 4-pair Category 5 cable (8-conductors) and each modular outlet assembly shall be numbered for easy identification and location. All outlets will be wired directly to the Common User Patch Panel located in the Telecommunications Room serving the floor that the outlets are located on. Contractor shall provide/construct: c ore one, three hole into the Rooms for access; core two, 4 inch holes in the comm Room for access into the halls; sleeves, collars, and fire stops for all holds; LAN drops that are capable of passing 100 Mbs data and capable of recording the data; test results to the Base 802 CS. •kkk) Contractor shall provide and install SIPRNET communication lines/drops to each Room. •o Install and Label (customer will provided rack number) one (1) Standard 24U Rack and grounding system in Building 9225 Room 322 •o Mount one (1) Cisco Catalyst 24 port WS-C3750V2-24TS-S 3750 and one (1) Cisco Catalyst 48 port WS-C3750V2-48TS-S 3750 network switch into the rack in Room 322 •o Install and label category 5e punchdown patch panel into the rack in Room 322 to accommodate seventy-two (72) ports •o Install and label three (3) 24 port wall mount zone boxes 12 inches above the ceiling tiles (one in Room 320, one in Room 318, and one in Room 316) •o Terminate and install seventy-two (72) category 5e shielded twisted pair network drops from the patch panel to the three (3) zone boxes using J hooks every five feet •o Patch all new patch panel ports to the switches using category 5e shielded twisted pair patch cables •o Terminate and install fifty-three (53) category 5e shielded twisted pair network drops from the zone boxes routed through the customer's furniture to the desktop computers (certified and tested) •§ If cable cannot be run through system's furniture, Contractor shall run drops through Panduit on the outside of the wall in the location of the zone boxes for cable management (25 ft each cable) •o Since category 5e cable is being used instead of fiber. Ensure that category 5e cabling is installed IAW TEMPEST guidelines through ceiling cable management and has at least a1 meter distance from the unclassified network •o Label all cables 3" from each end using Red tape for the classification. For cables installed in a patch panel or zone box label the cable 3" from the outside of the box or patch panel •o Label cables at each end within 1" of the classification tape with the following information if applicable: distant end building and Room numbers, patch panel, zone box number, rack number, port number, classification, and network •o Label and test the cables IAW BICSI, EIA/TIA, and local standards for continuity and loss, and provide a soft copy of the test results to the Government •o Construct/install Protective Distribution System (PDS) between Rooms 319 and 318 that will be compliant with AFSSI (EMSEC) requirements •lll) Contractor shall upgrade HVAC by replacing/upgrading ALL control components for the air handler unit(s) servicing Rooms 315, 316, 317, 318, 319, 320, 321, 322, 323 to be compatible with existing controls system (i.e. Johnson Controls Metasys System). Over 100 Variable Air Volume (VAV) boxes have been recently installed at B9225. Contractor shall ensure new control components are compatible with recently installed VAVs. Contractor shall also provide outside air (intake / actuators / etc) for the AHU(s) serving these Rooms as per ASHRAE 90.1. Contractor shall install boiler reheat by-pass system with 3-way valve actuator and isolation valve(s); boilers are currently overheating due to water not re-circulating. HVAC upgrades shall include, but are NOT limited to the following: •o Replace all pneumatically controlled actuators with electric controlled actuators for AHU(s) servicing these Rooms •o Replace controller/control panel for AHU(s) servicing these Rooms •o Replace VFD (variable frequency drive) for AHU(s) servicing these Rooms; except for AHU#2 which has been recently replaced •o Upgrade/replace all sensors with electric (i.e. temperature, humidity, static pressure, hydrostatic, etc) at the AHU(s) servicing these Rooms and at the actual Rooms •o Replace hot water / chill water valve at AHU(s) servicing these Rooms •o Replace hot and cold deck sensors at AHU(s) servicing these Rooms •o Replace or provide all associated piping/tubing/ducting Contractor shall provide/install control system for boilers #1 and #2 for outside air control and temperature. Quad outlets will be installed at each telephone & LAN/data location unless specified otherwise. Each quad shall contain 2ea telephone outlets and 2ea LAN/data outlets. Telecommunications outlets shall be Category 5, RJ45 8-pin voice and data modular outlet assemblies housed in a quad-hole, flush wall-mount faceplate. All terminations shall be done according to T568-B wiring scheme as required by TIA/EIA-568-B. Wall-mount telephone outlets (for wall-mounted telephone sets) shall be 8-pin modular outlet assemblies (type RJ-45 modular wall-telephone jack) mounted in a simplex housing as indicated on the drawings. Each modular outlet shall accept a 4-pair Category 5 cable (8-conductors) and each modular outlet assembly shall be numbered for easy identification and location. All outlets will be wired directly to the Common User Patch Panel located in the Telecommunications Room serving the floor that the outlets are located on. The Contractor shall test/clear/flush all sanitary sewer lines to the main for bathRooms on 3 rd floor BEFORE any work to begin. All repairs (if required) shall be noted in the design drawings. The Contractor shall remove and properly dispose of any/all existing items/furniture/appliances from the rooms to be renovated this contract. Design shall comply with all Command and Base Standards. Design drawings shall be provided by the Contractor and stamped/sealed by engineer of record. Upon completion of the HVAC system installation/upgrades, the Contractor shall Test and Balance (TAB) all new mechanical equipment and/or systems separately according to the National Environmental Balancing Bureau (NEBB) standards. A certified TAB report shall be submitted to the Government for approval. The Contractor shall submit design/load calculations, shop drawings and equipment selection to the Government for review/approval at the 60% submittal. Upon completion of the project, the Contractor shall test all systems/equipment and provide proper training/video/warranty for their use. Period of Performance and Magnitude: The magnitude for this requirement is between $1,000,000.00 and $5,000,000.00. The period of performance is 64 calendar days for design efforts and 61 Calendar days for construction SET ASIDE: SERVICE DISABLED VETERAN OWNED SMALL BUSINESS NAICS Code: North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction with a small business size standard of $35.500,000.00 This industry comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures, such as stadiums, grain elevators, and indoor swimming pools. This industry includes establishments responsible for the on-site assembly of modular or prefabricated commercial and institutional buildings. Included in this industry are commercial and institutional building general contractors, commercial and institutional building operative builders, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms, BID BOND: In accordance with FAR 52.228-1 Bid Guarantee an original bid bond must be submitted with your bid package to be responsive. The amount of the bid guarantee shall be 20% of the bid price or $3,000,000.00, whichever is less. Bids are due on 24 Aug 12 (Estimated) no later than 1:00pm (CST). Specific instructions can be found in Section H, L and M of the upcoming Invitation for Bid (IFB). Pre-Bid Conference / Site Visit is Scheduled for 24 July 12 (Estimated) at 9:00am (CST). Location: 802d Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Primary POC is 2d Lt Son Nguyen, Contract Specialist at (210) 925-1841; email: son.nguyen.13@us.af.mil ; Mr. Robert Delarosa, Contract Specialist at (210)-671-0644 email: robert.delarosa.1@us.af.mil ; Alternate POC is Ryan D. Bueno, Contracting Officer at (210) 925-1842; email: ryan.bueno.1@us.af.mil or Mr. Jackie L. Murray, Contracting Officer at (210) 671-1711; email: Jackie.murray@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-12-B-0010/listing.html)
 
Place of Performance
Address: Lackland AFB, Bldg 9225, San Antonio, Texas, 78205, United States
Zip Code: 78205
 
Record
SN02792317-W 20120704/120702235346-a49869918b330afcdf8c8fea0f14ae6b (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.