Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2020 SAM #6721
SPECIAL NOTICE

Z -- SAPF Space in Hangar 2

Notice Date
4/22/2020 3:34:23 PM
 
Notice Type
Justification
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247320R0032
 
Archive Date
05/22/2020
 
Point of Contact
Curt Schermerhorn
 
E-Mail Address
curt.a.schermerhorn@navy.mil
(curt.a.schermerhorn@navy.mil)
 
Award Number
N6247320C0615
 
Award Date
02/26/2020
 
Description
This is a Design Build project.� The section of Hangar 2 office area that requires renovation is approximately 15�-2� x 104�10.5� or 1,591 square feet.� The renovation and upgrade is to comply with the latest editions of IC Tech Spec requirements for ICD/ICS 705 security specifications and the Unified Facilities Criteria (UFC) 4-010-05 � Sensitive Compartmented Information Facilities Planning, Design, and Construction. This is a Design/Build project.� The contractor will provide all services and materials (including all ancillary work) to produce a complete and usable area/project as specified below.� In general, the Contractor shall: Design a room layout in accordance with the schematic layout presented in the RFP.� Remodel/Renovate/Reconstruct/Construct the rooms in accordance with the requirements of the Unified Facilities Criteria, the latest editions of IC Tech Spec requirements for ICD/ICS 705 security specifications and specifically, the Unified Facilities Criteria (UFC) 4-010-05 � Sensitive Compartmented Information Facilities Planning, Design, and Construction.� Replace flooring with luxury vinyl tile. Replace ceiling grid and panels In general, renovate spaces with new paint/ texture and finishes.� Relocate/add lighting, fire sprinklers, HVAC ducting, as needed, to comply with applicable governing codes. There will be a Construction Security Plan (CSP) in place approved by an Accrediting Official.� The contractor will be provided a copy and must adhere to the security provisions in the CSP. None of the rooms associated with this project are security certified by an Approving Official. The Contractor will be required to perform as/subcontract an Electronic Security System certified company for installation of the security system.� Specifications will be provided by the customer. In addition to the above requirement, the Contractor will provide an additional two (2) years of certified security accreditation for the completed project secure facility. The Contractor will contract directly with the Base Operations Support Contractor (BOSC) for any required �contractor assist� tasks.� Contact information will be provided after award. If no existing conduits are available for the installation of the 48-strand optical fiber backbone, and trench excavation is the only option, the Contractor will develop a route and excavation plan for government approval before digging.� The Contractor will be allowed to �jack and bore� under the roadways and trench through the parking lots. If excavating, all applicable Environmental regulations apply, include, but not limited to, dig permits, and the SWPP plan permit. A Contractor layout yard, if needed, field compound will be provided during the design phase. Specific Project Requirements: All rooms are to be considered �auditorium type� with amplified voice.� Therefore, the perimeter wall is to be designed as Sound Group 4 � STC 50 rating or better. The perimeter doors are to be STC 50 or better. The entrance door is to include a CDX-10 lock with an included keypad. Remove existing flooring and install Luxury Vinyl Tile throughout the space. Electrical design considerations � in addition to the required electrical outlets, provide electrical and structural support for video screen mounting for all four walls in each rooms.� Provide monitors (amount and size) as described in RFP Part 6 attachments The electrical supply panel is located across the hallway from the project.� Include in the design, as needed, a new ICD 705 service panel and associated electrical appurtenances in accordance with the ICD 705 specifications. HVAC � provide HVAC modifications as needed with respect to ICD 705 requirements. Provide a complete network infrastructure (4 rooms) in accordance with the information provided �in Part 6.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/624a54a64b6649158e525488a306db18/view)
 
Place of Performance
Address: Fallon, NV 89496, USA
Zip Code: 89496
Country: USA
 
Record
SN05631850-F 20200424/200422230133 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.