Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2013 FBO #4328
AWARD

Z -- Design-Build and Repair 1st floor Bbuilding 219, Defense Military Pay Office, Fort Belvoir, Virginia

Notice Date
9/28/2013
 
Notice Type
Award Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-13-T-0149
 
Archive Date
10/28/2013
 
Point of Contact
david.wallace, 703-806-4466
 
E-Mail Address
MICC - Fort Belvoir
(david.p.wallace6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W91QV1-13-C-0086
 
Award Date
9/11/2013
 
Awardee
SAF, INC. (968344841) <br> 6014 M ROCK CLIFF LN <br> ALEXANDRIA, VA 22315-4609
 
Award Amount
$3,200,000.00
 
Line Number
0001-0002
 
Description
This contract action was accomplished using other than competitive procedures because a statute exists that expressly authorizes or requires that the acquisition be made from a specific source or through another agency (FAR 6.302-5); specifically, Sole source awards under the 8(a) Program. Per FAR 6.302-5 a J&A is not required for this award. The proposed requirement is for the Contractor to provide all materials, labor, equipment, transportation, and construction services to design, build, and renovate the first floor of building 219 for the Defense Military Pay Office (DMPO), Fort Belvoir, Virginia. The project area is approximately 13,028 square feet to include 10,266 in office space, 2,145 in common space such as corridors, stairs, latrines, a 344 SF mechanical room and a 273 SF communication room. The scope of work described herein applies to all spaces, except the mechanical room. The Contractor shall renovate the space (approximately 12,684 SF) to accommodate all personnel and equipment for DMPO. The work shall include, but not limit to, the following: 1. Gut the interior space to include removal of all interior walls, ceilings, floor, doors, bathroom fixtures, lights, switches, power outlets, electrical panels, conduit, wiring, mechanical HVAC, ducts, piping, plumbing, fire detection and alarm system, communication system, control system, etc. 2. Design and Build new walls, ceilings, floor, doors, bathroom fixtures, lights, switches, power outlets, electrical panels, conduit, wiring, mechanical HVAC, ducts, piping, plumbing, fire detection and alarm system, communication system, control system, etc. a. Walls: construct new walls for offices and paint all existing wall surfaces. b. Ceiling: provide suspended ceiling grid with acoustical panels. c. Floor: remove steps and uneven floor surface in office areas and rebuild the floor with concrete and leveling compound. d. Floor covering: provide carpet in office and corridors, resilient in storage, and communication room, ceramic tiles in latrines and vestibules; vinyl in staircase. e. Doors: provide wood doors for interior and metal doors for exterior. f. Bathroom must be ABA compliance. Provide low flow toilets and urinals. Provide all new fixtures, partitions, ceramic tiles, lights, switches, exhaust fans, high speed hand dryers. g. Lighting system: provide new energy efficient lighting fixtures LED type, with dimming switches and occupancy sensors throughout. Provide emergency lighting (can be integrated with the LED lights) and exit signs. h. Power system: provide new duplex receptacles spacing 12 feet apart, power outlets for office equipment, conduit, wiring, electrical panels, system furniture J-boxes connection, power feeds and protective devices for mechanical equipment. i. Communication system: provide conduit with pull wire and outlet boxes for third party communication system. j. Fire Alarm system: Fire alarm transmitter must be King Fisher. Provide zones fire alarm class A wiring with smoke detectors, heat detectors, duct smoke detectors, combination horn/strobe, pull stations. k. Fire Sprinkler system: existing to remain. Contractor should protect existing fire sprinkler system during construction and put the system back to service. Any damages or non-working devices should be replaced at no cost to the Government. l. HVAC: provide new Variable Refrigerant Flow (VRF) system and associated DDC control system. m. Plumbing: provide new water and wastewater piping and valves. n. ABA compliance works: replace existing double glass entrance doors (2 sets, one exterior and one interior) with automatic openers and push buttons; remove steps and uneven floors in office areas; reconfigure latrines for accessibility and install ADA stalls, fixtures, hardware, and doors. o. Provide a customer service counter with window in the waiting area near the entrance. p. Asbestos Samplings and Abatement: There is approximately 6000 SF of asbestos floor tile throughout the first floor, as well as asbestos pipe insulation in the trench that runs along the first floor length of the building. The contractor should sample for asbestos and abate all asbestos before starting work. All asbestos sampling and abatement should be in accordance with the attached requirements from Fort Belvoir Environmental Division. q. Furniture: the contractor should remove existing furniture and store during construction and re-install existing furniture after construction. The Government will provide storage space in building 1434. 3. Replace existing roof for the entire building to include the roof above the project area (DMPO), roof above the auditorium and roof above the US Army Security Assistance Command. Include all overhangs. The new roof should be EPDM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0b9ccba0cda17947c88759891d225a3)
 
Record
SN03206548-W 20130930/130928233428-d0b9ccba0cda17947c88759891d225a3 (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.