SOURCES SOUGHT
Y -- Non-Stockpile Demolition, Pine Bluff Arsenal, Phase II, Jefferson County, ARkansas
- Notice Date
- 6/12/2003
- Notice Type
- Sources Sought
- Contracting Office
- USACE Little Rock District - Military, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- DACA03-03-R-0019
- Response Due
- 7/12/2003
- Archive Date
- 9/10/2003
- Point of Contact
- HELEN MCCULLOUGH, (501)324-5817
- E-Mail Address
-
Email your questions to USACE Little Rock District - Military
(helen.e.mccullough@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The U.S. Army Corps of Engineers, Little Rock District, is planning on issuing a solicitation for construction of the Pine Bluff Arsenal Non-Stockpile Facility, Pine Bluff Arsenal, Jefferson County, Arkansas and is seeking expressions of interest to determ ine if an adequate number of contracting firms will submit a proposals. The solicitation will be issued under NAICS (National American Industry Classification System) Code 233310, size standard $27.5 million. 1. Purpose. The Pine Bluff Arsenal Non-Stockpile Facility (PBANSF) is required to house equipment to destroy non-stockpile chemical warfare materiel located at the Pine Bluff Arsenal (PBA). It will provide the specialized equipment, safety equipment, an d controlled atmosphere necessary to safeguard the public, the operating personnel and the environment during the neutralization of the non-stockpile chemical materiel. 2. Description of Facility. This project consists of an approximate 36,400 SF shell structure and associated shed structures, parking lot, access drive, equipment pads, and utility extensions - water, natural gas and electric. The main building is const ructed of a concrete foundation, concrete slab on grade, and concrete roof and steel roof supports. The exterior wall is a metal stud wall with gypsum sheathing, wall insulation, and exterior metal siding. There is a 12-inch thick concrete firewall separa ting a part of the facility. Interior partitions are metal stud with gypsum sheathing. Finishes include epoxy coated finishes - floors, walls, and ceiling, carpet, ceramic tile, acoustical tile and suspension system, toilet accessories, toilet and shower partitions. Special features of the PBANSF include heating, ventilation and air conditioning commissioning, special construction and coating in toxic areas, electronic intrusion detection system, video monitoring system, lightning protection, and fire and alarm detect ion system. 3. Functional Areas. The proposed design recognizes the following functional areas of the Non-Stockpile Facility: Explosive Classification Area (H-1), Hazardous Chemical Areas (H-2) and Support Areas (Business Group B). a. H-1, Explosive Classification Area: H-1 is for that portion of the facility containing explosively configured rounds. A 4-hour concrete separation wall separates the H-1 area from the H-4 and Business Group B areas and is designed to withstand unexpe cted explosive event. The building superstructure is supported by a strip and spread footing foundation. A 4-inch thick reinforced slab-on-grade is used throughout the area with the exception for the Fill Extraction and Detonation Area which houses the E xplosive Containment Chamber and Detonation Chamber trailers. The roof consists of a 10-inch thick reinforced concrete two-way slab supporting vertical loads and functioning as a diaphragm for lateral loads. Concrete beams and composite steel and concret e columns support the roof slab. The 4-hour separation wall is a 12-inch thick reinforced concrete wall that also serves as a bearing wall for the roof and a shear wall for the lateral wind, seismic, blast loads. The exterior walls enclosing the structur al steel columns consist of metal siding on exterior gypsum sheathed non-load bearing metal studs filled with sprayed insulation. b. H-4, Hazardous Chemical Areas: H-4 is for that portion containing highly toxic materials. The foundation and floor slab is the same as in the H-1 Area, except the reinforced slab-on-grade in the Agent Treatment and the Process Treatment areas is grea ter due to special loading conditions. The roof consists of an 8-inch thick reinforced concrete two-way slab supporting vertical loads and functioning as a diaphragm for lateral loads. Concrete beams and steel columns support the roof slab. The exterior walls enclosing the structural steel frames are consist of metal siding on exterior gypsum sheathed non-load bearing metal studs filled with sprayed ins ulation. c. Business Group B, Support Areas: Business Group B is for support services within the facility. The foundation, roof and exterior walls are the same as in the H-4 areas. 4. HVAC System. The HVAC system is vital for orderly and safe facility operations. It provides for controlled air temperature and pressure, and flows of tempered and filtered air to keep contaminants within special confinement areas. The objective is t o minimize the spread of contamination and to protect equipment/building areas and the site environs from exposure. The facility operation involves the use of electronically controlled monitoring and communications systems, which require tempered air envi ronments for stability, accuracy, reliability, availability, and long life. The facility is designed to provide, to the maximum extent possible, agent confinement through the use effective physical separation between toxic and non-toxic areas and through the use of a cascade ventilation system that uses progressive negative differential pressures. Areas within the facility with the highest potential for contamination are maintained at the lowest negative pressure. Airflow cascades progressively from the areas of least probable contamination to the areas of highest probable contamination, while meeting specified temperature, pressure and air change requirements for each functional area. The building??????s design and air-tight construction facilitate the HVAC design goals. 5. Work Performed by Others. A separate contract providing processing equipment and the necessary connections including electrical conduit, service, etc to make the process equipment functional will occur following the erection of the shell structure. T he possibility of dual occupancy of the structure exists during the installation of processing equipment. The contractor will be required to coordinate the arrival and placement of government furnished equipment indicated (some phasing of work will be req uired to assure this coordination is completed efficiently): a. Exterior placed equipment: Emergency generator, negative pressure filtered ventilation system(s), chemical tanks, and waste tanks b. Interior placed equipment: 2 MDU wash chambers, 2 MDU high pressure pumps and 2 MDU support tanks, two steel tanks, 2 reactors, 1 pressure relief vessel, Chemical Processing Trailer, ECC-1 and ECC-2 trailers, and a Detonation Trailer. 6. Time Restraints. Time restrictions have been placed on the construction of the facility to comply with the provisions of the Convention on the Prohibition of the Development, Production, Stockpiling and Use of Chemical Weapons and on their Destruction , ratified by Congress in April 1997. The treaty requires that the Recovered Chemical Materiel (RCM) stored at the PBA must be destroyed by April 2007. The construction of the facility cannot begin until the RCRA permit application has been approved by the State of Arkansas. The approval of the application is not expected until May 04. It is expected to take 21 months to destroy the RCM (12 months systemization and shakedown and 9 months to destroy the RCM). Therefore, the facility needs to be complet e by July 2005 (15 months for construction). This contract is unrestricted. Firms that are interested in submitting a proposal and feel they are qualified to perform the required services, should submit the following information: Company Name, Address, Phone Number, Point-of-Contact and Bonding Cap acity. Information should be submitted via e-mail to helen.mccullough@usace.army.mil. Information may be faxed to 501-324-5680. After review, a solicitation will be issued and all interested parties must register to receive the solicitation at https://eb s.swl.usace.army.mil/advertised solicitations. Currently there is no solicitation available and no further project information is available.
- Place of Performance
- Address: USACE Little Rock District - Military 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Country: US
- Zip Code: 72201
- Record
- SN00346150-W 20030614/030612214440 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |