COMMERCE BUSINESS DAILY ISSUE OF JUNE 7, 2001 PSA #2867
SOLICITATIONS
Y -- ROOM RENOVATION- BUILDING 4 ROOM 131
- Notice Date
- June 5, 2001
- Contracting Office
- U.S. Army Robert Morris Acquisition Center Natick, ATTN: AMSSB-ACN, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DAAD16-01-T-0133
- Response Due
- June 14, 2001
- Point of Contact
- Raymond Golaszewski (508) 233-4289
- E-Mail Address
- click here to contact me (Raymond.Golaszewski@natick.army.mil)
- Description
- Contractor shall provide all labor, materials and equipment necessary to perform all work as outlined herein. All work is to be performed at the U.S. Army Soldier & Biological Chemical Command, Natick, MA., in the Development Building #4, first floor, south side of corridor, room # D-131 The contractor must perform all asbestos related work after core hours between 4:30 p.m. and 6:00 a.m. Mondays through Friday and/or on weekends. The Natick COR shall be notified a minimum of 24 hours in advance of all work to be performed on nights and weekends to coordinate with Security and Environmental Office. The contractor shall clean all visible dust and debris upon job completion. Contractor shall remove and properly dispose of all waste and debris generated from demolition and renovations, off post, as necessary to maintain a safe work environment throughout performance period and at job completion. A Dumpster shall be permitted on site, with the location to be determined by Natick COR. GENERAL NOTES: 1. All items included in construction below, shall be the responsibility of the contractor to purchase, deliver and install new and re-used items, unless specified otherwise. All items included in demolition below, shall be the responsibility of the contractor to remove and dispose of, unless specifically noted otherwise. 2. All dimensions and figures listed below are approximate and estimated to be as close as possible. 3. All work must conform to applicable codes and all governing regulations and associated references by Massachusetts Building Code, Life and Safety Code, Environmental Protection Agency, National Electric Code and Americans with Disabilities Act. 4. ACM (asbestos containing materials) existing in transite wallboard panels and vinyl asbestos floor tile have been visually inspected and found to be in non-friable condition. 5. Pull back any and all phone and LAN lines, coiling lines and hanging above ceiling out of harms way. DO NOT CUT OR DAMAGE COMMUNICATIONS EQUIPMENT AND WIRING UNLESS SPECIFICALLY NOTED TO DO SO. DEMOLITION: -- Dumpster, to 30 yds, including dump charges; one 30 yd dumpster to be located outside of building in close proximity to work site, Dumpster to be placed on contractor provided wood planking to protect lawn and pavement and be covered with a tarp when not in use. -- Remove and properly dispose of approx. 192 sq. ft of transite wallboard to include durasan wallboard that is adhered to it. See Asbestos Abatement notes below. -- Remove and properly dispose of approx. 1200 sq. ft of VAT flooring and associated mastic. See Asbestos Abatement notes below. -- Remove and dispose of approx. 280 sq. ft of Durasan wallboard.along with 48 sq. ft of plywood filler paneling. -- Remove and dispose of 134 sq. yds of carpet, noting abatement procedures. -- Remove and dispose of approx. 1200 sq. ft of metal pan suspended ceiling, to include ceiling grid system and black iron supports ( including 470 SF of acoustical ceiling system). -- Remove 6 ceiling diffusers to include duct from main, sealing opens. -- Remove and dispose of approx. 19 1' x 4' surface mounted fluorescent fixtures and six 2' x 4' troffer fluorescent fixtures; to include ballast and lamps. -- Remove 6 sprinkler heads, adjusting piping for new ceiling height -- Remove electrical devices being 11 duplex receptacles and four switches; to include outlet box, conduit and wire. -- Remove and salvage wood mail box located by doorway. INSTALLATION: -- Ceiling suspension system, 2' x 2' grid; the sum of 1200 SF of 2' x 2' ceiling suspension system, exposed grid, standard Donn DX system, color white, at a finish height of 9'-10 ". -- Acoustical tile, 2' x 2', natural fissured mineral; the sum of 1200 SF of natural fissured, mineral fiber tile, 2' x 2' x ", revealed edge, being Celotex MF-454, color white. -- Insulation, , fiberglass, 3 ", R11; The sum of 1056 SF of 3 " fiberglass batten insulation installed above ceiling perpendicular to main ceiling grid runners and around fluorescent fixtures. -- Fluorescent troffer, 2' x 2' parabolic, electronic ballast with 2 u-shaped T8 lamps; The sum of 32 fluorescent 2' x 2' parabolic troffer fixtures, 3" deep semi-specular silver finish and a matte black accent along perimeter of door frame and a 9 cell configuration. Fixture shall operate at 120 volts AC, having an electronic ballast using 2 u-shaped T8 lamps. Fixtures shall be Lithonia stk.# 2PM3NGB2U3169LD.120 GEB or equal. Lighting load to be balanced between two switches at each switch station. -- Lamps, fluorescent, T8, bi-pin; the sum of 64 u-shaped F32T8/SP41/U/6 cool whites. -- Cable, armored MC, 12-2; the sum of 300 LF of 12-2 armored MC cable as power whips to light fixtures. -- Sprinkler heads; the sum of 6 sprinkler heads rated at 165 degree F to include new pipe drops to adjust to finish ceiling height. -- Carpet, textured loop construction, solution dyed, 26-28 oz per square yard; the sum of 134 sq. yds of carpeting to include 200 LF of 4" vinyl cove base and 9 LF of entrance nosing. Colors for all to be picked by customer at a later date. -- Painting, walls, interior perimeter; The sum of 1500 SF of interior walls to be painted two coats using California semi-gloss latex eggshell or equal, color, atrium white or equal. -- Painting, doors, interior; the sum of one double door and one frame to be painted semi-gloss latex paint to match existing light gray color. Asbestos removal shall be done by an asbestos abatement contractor licensed in the state of MA in strict accordance with all EPA, OSHA, State, Federal and local regulations. A detailed asbestos abatement plan of work procedures to be used in the removal and demolition of materials containing asbestos shall be submitted before work can begin. The plan shall be prepared and signed, including certification number and date, by a certified industrial hygienist. This plan must be approved by the contracting officer prior to start of any work. Contractor shall notify all necessary Local, State and Federal agencies before start of work. Upon completion of the work specified, pertinent documentation shall be forwarded to SBCCOM. Documentation includes: Disposal Manifest, asbestos abatement notification and analytical results of air samples conducted following abatement. a. Transite panels shall be wrapped in double 6-mil poly and VAT double bagged in 6-mil poly bags before removal from the immediate workspace. b. Air sampling shall be performed by a certified Industrial Hygienist before containment is broken down. This acqusition is one hundred per cent set aside for small business.The Government anticipates awarding a single Firm Fixed Price contract. The Procurement is estimated to be between $25,000.00 and $50,000.00. The request for quotation will available only on our Web Site at http://www3.natick.army.mil Note 1 Applies.
- Web Link
- click here to download solicitation (www3.natick.army.mil)
- Record
- Loren Data Corp. 20010607/YSOL004.HTM (W-156 SN50N9P1)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on June 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|