Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

38 -- Construction at TSA Firing Ranges

Notice Date
3/23/2009
 
Notice Type
Presolicitation
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-09-R-00095
 
Archive Date
4/29/2009
 
Point of Contact
Steve L Davis,, Phone: 609-813-3370
 
E-Mail Address
steve.davis@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Air Marshal Service has a requirement for a fixed price construction contract for the upgrade to various features of the two outdoor ranges, including the installation of a bullet trap previously purchased under a separate contract along with a target system on the 25 Yard Linear Range known commonly as “A Range”. The place of performance will be the William J. Hughes Technical Center in Atlantic City, NJ. The scope also includes the replacement of the existing pneumatic “popper” style targets on the reactive steel range, commonly known as “B Range”. The equipment will be installed at facilities that will allow firing at a range of 1 to 50 yards from the targets. Construction will consist of four (4) tasks. Task 1 – Planning - The contractor will inventory all pieces, components, hardware, systems, and subsystems of the Total Containment Bullet Trap (TCT II) System by Action Target, hereafter “bullet trap”, that is stored at the project location to ensure that all pieces are present to fully install the bullet trap in accordance with the manufacturer’s recommendations. If the contractor should find that a component is missing or defective, that was previously witnessed to be at the project site, the contractor will inform the Contracting Officer by close of business on the same business day the inspection is performed. The Contractor shall develop and submit any drawings, plans, cut sheets, specifications, narratives or other documents that clearly indicate the work that is planned before said work commences. The Contractor shall develop a drainage plan and incorporate the existing drainage areas as well as new drainage pipes, systems, assemblies and as required to maintain no areas of standing water on the surface danger zone or other area personnel would routinely have access to on any range. Task 2- Linear Range Upgrade, A Range - The contractor will perform any and all site work necessary to complete the range. This site work may include, but is not limited to, additional concrete flatwork and blockwork beyond that specifically mentioned herein as required, trenching, conduit installation, minor electrical work, premise wiring, installation of air lines, installation of a compressor and any necessary components (filter, dryer, etc), leveling and grading, moving of stone and gravel, grading, excavation, drainage, conduit, high-voltage, low-voltage, pneumatics, and lighting. The Contractor will design, build and install a reinforced concrete pad the width of the entire A Range, extending perpendicular from the existing sidewalls of the Range. The location of this concrete pad must be closely coordinated with the location of the bullet trap, so as to provide a distance of exactly 25-yards from the 25-yard firing line to the target line. This concrete pad will support the installation of the bullet trap and must be constructed and finished in accordance with the bullet trap manufacturer’s specifications. This concrete pad will be referred to as the bullet trap pad. The surface of the concrete pad shall be finished and pitched for drainage in accordance with the manufacturer’s specifications. The Contractor will design, build and install a reinforced concrete retaining wall that runs the entire width of the A Range, extending perpendicular from the general location of the existing sidewalls of the A Range. The location of this concrete retaining wall must be closely coordinated with the location of the bullet trap, so as to provide a distance of exactly 25-yards from the 25-yard firing line to the target line, and still allow a 4ft mechanics clearance behind the furthest point of the bullet trap. No part of the concrete retaining wall shall be higher than the highest point of the bullet trap, and no part of the retaining wall shall be visible over the bullet trap to the shooter from the 25-yard line. The concrete retaining wall will tie into the two new freestanding sidewalls of the A Range mentioned in the next section. The design of the reinforced concrete wall can be either monolithic poured or CMU design, but shall utilize steel reinforcement and be suitable to the task. The Contractor shall incorporate all best practices in the design and construction of the retaining wall, including but not limited to, drainage, structural ability, and aesthetics. The Contractor will re-grade the face of the berm as required to reduce the change of soil erosion. The Contractor will design, build and install two reinforced concrete free-standing side walls that run the entire length of the A Range, extending perpendicular from the aforementioned retaining wall 100ft towards the 25-yard line. These concrete free-standing walls shall be 12ft high and tie into the aforementioned retaining wall behind the bullet trap. The design of the reinforced concrete walls can be either monolithic poured or CMU design, but shall utilize steel reinforcement and be suitable to the task. The Contractor’s design may incorporate footers, ribs, or other devices or components to provide a structurally sound wall, but the side of the wall that faces towards the range must be perfectly flat without any ridges or flat surfaces perpendicular to the wall face. The Contractor shall incorporate all best practices in the design and construction of the freestanding walls, including but not limited to, drainage, structural ability, and aesthetics. There are existing steel I-beams that may be incorporated into the new wall design at the Contractor’s discretion. If the Contractor’s design requires the removal of the steel I-Beams, the Government will remove and dispose of them before commencement of the project; however there may be depressions in the soil where the upright beams were, the Contractor will be responsible to re-grade these areas. The Contractor will design, build and install a reinforced concrete pad the width of the bullet trap, extending from the existing pad demarcating the 25-yard line to the target line, this concrete pad will be referred to as the surface danger zone of the range. This concrete pad shall be at least 5.5” thick and capable of supporting the weight of a 34,000lb telehandler. The surface of the concrete pad shall be finished similar to the existing concrete pads around the Range. The contractor will pitch the concrete pad for drainage in accordance with their drainage plan. The Contractor will design, build and install a reinforced concrete pad extending from the bullet trap pad to the surface danger zone pad, and shall not be narrower than 4ft in width at any point. This concrete pad will be used to provide access to the rear of the bullet trap with a pallet jack for removal of the collected material. This concrete pad will be referred to as the mechanics access pad. This concrete pad shall be at least 5.5” thick and capable of supporting the weight of an electric pallet jack with a 1,500lb load. The surface of the concrete pad shall be finished similar to the bullet trap pad. The contractor will pitch the concrete pad for drainage in accordance with the drainage plan. The contractor will utilize factory trained, certified, and authorized technicians to assemble and install all elements of the bullet trap in accordance with the original equipment manufacturer’s (OEM) guidelines and recommendations. This includes, but is not limited to, the baffles, the trap, the deceleration chamber, the sidewalls, the auger type screw conveyer, the dry funnels, the collection funnels, the capture device, any structural supports necessary, and all other components as necessary including all hardware. The bullet trap shall accommodate firing basic rifles and side arms including the M9, M11, MK23, M16A2/A4, M249 and the M14 rifle as well as the Sig Sauer P229, P239, P228, the Heckler & Koch USP Compact.40 S&W and the 416 rifle in.223. Accommodation of armor piercing rounds is not required. The contractor will strip and otherwise prepare the bullet trap for painting in accordance with the SSPC SP-6 standard for commercial blast cleaning. The Contractor will paint all components of the bullet trap with a two-component epoxy protective coating for steel exposed to the weather in accordance with SSPC. The color of the coating shall be black in the throat of the bullet trap and white on all other surfaces. The Contractor will design, build and install a turn-key fully functional target system at the A Range. The target holding components shall hang from the upper surfaces of the bullet trap (inverted), secured only in areas deemed appropriate by the OEM of the bullet trap and the target system. The target system shall include, at minimum, eighteen (18) 180-Degree turning targets on 5ft spacing and four running style targets. All targetry shall be compatible with cardboard and/or paper targets. Target control shall be from the existing range control tower located at the rear of the facility utilizing newly installed cabling and by a newly provided wireless interface device from the range floor, all to be provided by the Contractor. Control devices shall allow computerized and/or pushbutton operation of the targetry devices and allow independent control of all targets on the range. Ability to run pre-programmed scenarios is desirable. The target system shall be compatible with the existing target systems on the adjacent ranges. The contractor must ensure that the existing preprogrammed scenarios, commonly referred to as a “course of fire”, is compatible with the new target system and the computerized controls. The Contractor shall furnish, deliver and install a computer compatible with the Range Control software. Any additional programming necessary operate the courses of fire on the new targetry will be the responsibility of the contractor. The target system must be in compliance with Attachments B, C, D, E, F of this solicitation. The contractor will furnish, deliver, and install all compressors, airlines, electrical circuits, control circuits, transformers, power supplies, etc. to create a fully operational system. Complete specifications on all targetry on this project is available in the section entitled Targetry Specifications that follows. The contractor will have the bullet trap and target system inspected by the OEM. The Contractor will furnish and deliver a letter from the OEM of both the bullet trap and the target system certifying that both systems were assembled and installed in accordance with all applicable guidelines and regulations and is safe to use. Task 3- Linear Range Upgrade, B Range - The contractor will perform any and all site work necessary to complete the range. This site work may include, but is not limited to, additional concrete flatwork and blockwork beyond that specifically mentioned herein as required, trenching, conduit installation, minor electrical work, premise wiring, installation of air lines, installation of a compressor and any necessary components (filter, dryer, etc), leveling and grading, moving of stone and gravel, grading, excavation, drainage, conduit, high-voltage, low-voltage, pneumatics, and lighting. The Contractor will design, build and install a turn-key pneumatic system for powering all targetry on both A& B Range. The pneumatic system shall utilize one or more electric-driven duplex Ingersoll Rand compressor systems identical to the three existing units located in the Indoor ranges to keep facility operational costs low and simplify maintenance. The Contractor will design, build and install five (5) reinforced concrete pads the width of the entire B Range, extending perpendicular from the existing sidewalls of the Range. The location of these concrete pads must be closely coordinated with the Government, so as to provide exact distances at predetermined intervals from the firing line to the target line. These concrete pads will support the installation of the target system and must be constructed and finished and pitched in accordance with the target manufacturer’s specifications. These concrete pads will be referred to as the target pads. The Contractor will install conduits through the concrete pads where required as necessary. The Contractor will design, build and install one reinforced concrete free-standing side wall that runs the entire length of the B Range, extending perpendicular from the aforementioned berm 100f. This concrete free-standing wall shall be 12ft high and tie into the berm. The design of the reinforced concrete walls can be either monolithic poured or CMU design, but shall utilize steel reinforcement and be suitable to the task. The Contractor’s design may incorporate footers, ribs, or other devices or components to provide a structurally sound wall, but the side of the wall that faces towards the range must be perfectly flat without any ridges or flat surfaces perpendicular to the wall face. The Contractor shall incorporate all best practices in the design and construction of the freestanding walls, including but not limited to, drainage, structural ability, and aesthetics. The Contractor shall locate this wall 12ft away from the existing wall location, therefore the existing steel I-beams left from the existing wall may not be incorporated into the new wall design. The Government will remove the steel I-Beams and dispose of them before commencement of the project; however there may be depressions in the soil where the upright beams were and the Contractor will be responsible to re-grade these areas. The contractor will install a turn key fully functional target system at the B Range. The target system shall include, at minimum, thirty pneumatically operated bobber-type targets with hostage shield. All targetry shall be steel. Target control shall be from a booth located at the rear of the facility utilizing new contractor installed cabling and by a new contractor provided wireless handheld remote control from the range floor. Control devices shall also allow computerized and/or pushbutton operation of the targetry devices and allow independent control of all targets on the range. Ability to run pre-programmed scenarios is desirable. The target system shall be compatible with the existing target systems on the adjacent ranges. The contractor must ensure that the preprogrammed scenario, commonly referred to as a “course of fire”, is compatible with the new target system and the computerized controls. The Contractor shall furnish, deliver and install a computer compatible with the Range Control software. Any additional programming necessary operate the courses of fire on the new targetry will be the responsibility of the contractor. The target system must be in compliance with Attachments B, C, D, G of this solicitation. The contractor will furnish, deliver, and install all compressors, airlines, electrical circuits, transformers, power supplies, etc. to create a fully operational system. Complete specifications all targetry on this project is available in the section entitled Targetry Specifications that follows. The contractor will have the target system inspected by the OEM and a letter from the OEM certifying that the target system was assembled and installed in accordance with all applicable guidelines and regulations and is otherwise safe to use. Task 4 – Infrastructure - The Contractor will design, build and install new electric service as required in accordance with all applicable codes and regulations, including those of the William J Hughes (FAA) Technical Center; including transformers, electric panels, conduits, and wire as required to support the new Range Work. The Contractor will pull new service from the existing high voltage switch as required. The Contractor will be required to interface with the FAA and provide all documentation, including plans, submittals, sketches, cut sheets and narratives as required to gain FAA approval to connect the new electrical service. The Contractor will design, build and install a turn-key pneumatic system for powering all targetry on both A& B Range. The pneumatic system shall utilize one or more electric-driven duplex Ingersoll Rand compressor systems identical to the three existing units located in the Indoor ranges to keep facility operational costs low and simplify maintenance. The pneumatic system will also use PNLD and air dryers as required. All pneumatic equipment will be installed in one location as indicated on the concept sketch. The Contractor shall install all TCS in the same building that houses the Pneumatic Compressor and Dryer. This requirement is set-aside for Small Businesses in accordance with NAICS codes 238140 and 238910. Contractor shall provide all labor and construction equipment necessary for this project. Contractor will be responsible for all removal and disposal of debris I/A/W/ local, state and federal regulations. The total estimated value for this project is between $500,000 and $800,000.00. Performance and payment bonds in the amount of 100% of contract price are required after notification of award. Construction shall commence 7 calendar days from date of contract with completion not to exceed 150 days from the notice to proceed. A site visit will be held on April 3, 2009, 10:00 AM, EST with all parties meeting at the Security Operations Center Main Gate. Security issues require companies to identify personnel whom will be attending the mandatory site visit. The POC for the site visit and solicitation is Joseph McAnally, Joseph.McAnally1@dhs.gov, 609-813-3305.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=809a3a9b4d264ff02beaf6945e6c2674&tab=core&_cview=1)
 
Place of Performance
Address: Atlantic City, NJ, Atlantic City, New Jersey, United States
 
Record
SN01775724-W 20090325/090323220018-809a3a9b4d264ff02beaf6945e6c2674 (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.