SOLICITATION NOTICE
Z -- RECOVERY--Z--Fort Hood 1st Cav Division HQ Building Renovations(Bldg 28000)
- Notice Date
- 6/5/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-08-D-00XX-0002
- Response Due
- 6/19/2009
- Archive Date
- 8/18/2009
- Point of Contact
- Carol.A.Conaway, 817-886-1090<br />
- E-Mail Address
-
US Army Engineer District, Fort Worth
(carol.a.conaway@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W9126G-08-D-00XX-0002. This opportunity is available only to contractors under US Army Engineers, Fort Worth District Service-Disabled Veteran Owned Small Business (SDVOSB) Multiple Award Task Order Contract (MATOC) Pool Contractors for AE design and construction for facilities in the Southwest Region (AT, AZ, CA, LA, NM, NV, OK and TX) W9126G08D00XX, RFP 0002. The Contract Specialist for this solicitation is Ms. Carol Conaway, USACE Contract Specialist, (817) 886-1090; or by e-mail at carol.a.conaway@usace.army.mil. This is a design/build project with extensive engineering analysis, evaluation, testing and making immediate design and construction use of the findings of the analysis and evaluation to resolve the mold growth issues and construct the buildings and systems as a whole for the barracks and central plant facility using a sound engineering basis for the construction, reconstruction and remodeling of building HVAC systems and Central plant. The project will construct a comprehensive interior renovation of existing Building 28000, Fort Hood, TX. Bldg. 28000 is the Headquarters for the 1st Calvary Division at Fort Hood, currently occupied with minimal staff pending return of the main body of troops in November. This contract requires both design during construction by the Contractor and the actual construction. As part of the constructions phasing the Contractor shall provide 20 temporary spot coolers to become Government property. Work includes, but is not limited to: Selective interior demolition including abatement of asbestos containing vinyl composition tile and adhesive. Replacement of builders hardware and door signage; resealing windows; door and frame refinishing; and the provision of new doors and frames. Selective interior demolition of interior openings and the construction of new interior partitions; interior painting, calking and refinishing of woodwork; demolition and replacement of flooring including wood, carpet, vinyl composition tile, ceramic tile; replacement of ceramic wall tile and wall coverings; and replacement of suspended ceiling systems; and the installation of new room signage. Sealing all penetrations in fire rated assemblies; resealing expansion joints to required fire rating; fire wall assembly upgrades. Resealing of exterior building joints. Replacement of the existing elevator with new hydraulic elevator. Construction work on the elevator pit, cylinder and foundation is to be completed by the date of beneficial occupancy (return of deployed troops). Completion of the elevator replacement may occur after the beneficial occupancy date. The renovation of all toilets, janitor closets and locker rooms, replacing all plumbing fixtures, trim, and piping; toilet and bath accessories, toilet partitions, lavatory counters; water cooler replacements; hot and cold water piping replacement and cleaning. Removal and replacement of supply diffusers, exhaust fans motors, radiant heaters, refrigerant piping, DX systems, and hot water pumps and boilers; construction of new air conditioning systems for all communication rooms; cleaning of all duct work and slot diffusers; and the cleaning and servicing a 20 ton DX unit. Demolition and replacement of the cooling tower, mechanical rooms air handlers, ductwork insulation, hot and chilled water loop circuits, piping and insulation, valves and fittings. Chemically treat chilled and hot water piping systems and balance the HVAC system. Remove and replace the DDC HVAC control system. Demolition and replacement of lighting, switches, receptacles, fusible disconnects, emergency lights, and all related conduit, fittings, hangers and junction boxes. Provision of GFI receptacles and new connections and control circuits for all new and refurbished mechanical equipment. Rework of all power, communications, controls and other devices in support of wall demolition and new construction. Replacement of facility switch gear. Reinstallation of the Energy Management System in association with electrical work. Anticipated award date is 15 July 2009. Anticipated project completion date is 1 Nov 2009. The 2007 North American Industrial Classification System (NAICS) code applicable to this project is 236220. Estimated Construction Cost Range is $1,000,000.00 to $5,000,000,00. SIC is 1542. The Product Service Code is Z199. Solicitation W9126G08D00XX RFP 0002 will be competed among SDVOSB MATOC contractors. A firm fixed price task order contract is anticipated to be awarded using Best Value evaluation criteria, which may or may not result in accepting the lowest priced offer. There will be no public bid opening.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-08-D-00XX-0002/listing.html)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
- Zip Code: 76102-0300<br />
- Zip Code: 76102-0300<br />
- Record
- SN01837211-W 20090607/090605234918-e761e48a9274f02a768b84eeb31f5d10 (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 |