SOLICITATION NOTICE
Y -- Design/Bid/Build, RM 1-03 Renovate Building 448, Naval Base New London, Groton, CT
- Notice Date
- 6/16/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008509B7041
- Point of Contact
- Judy Biboum 757-444-0684 Deborah Abell, 757-444-0585
- Small Business Set-Aside
- Total Small Business
- Description
- Design/Bid/Build, RM 1-03 Renovate Building 448, Naval Base New London, Groton, CT Place of performance: Naval Base New London, Groton, CT Issued by: NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC, ACQUISITIONS DEPARTMENT, 9742 MARYLAND AVENUE, NORFOLK, VIRGINIA 23511-3095 The Invitation for Bid (IFB) will be issued in August 2009. The solicitation will close and Bids will be opened in September 2009. A contract will be awarded in accordance with FAR Parts 14 & 36, Sealed Bid Selection procedure. This solicitation will be issued as N40085-09-B-7041. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS. All Service disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business proposals will not be considered. Project Description: The contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies and transportation necessary to abate an environmental hazard in Building 448, Naval Base New London, Groton, CT, caused by the asbestos containing spray-on fireproofing. The project also repairs or replaces components of the HVAC system, installs a fire sprinkler system, replaces suspended ceilings and light fixtures removed during the asbestos abatement, installation of fire sprinklers, building roof replacement and interior painting. This project involves the abatement of asbestos containing spray-on fireproofing materials that have been applied to structural steel. Heating Ventilation and Air Conditioning (HVAC) components including air handling units, coils, piping, ducts, controls, and circulating pumps will be replaced or repaired. A fire sprinkler system will be installed in the section of the building that was constructed in 1971. The entire building roof will be replaced. Suspended ceilings and light fixtures required to be removed for asbestos abatement shall be replaced and interior painting performed. The project may also include: interior space renovations, interior demolition, and installation of fire alarm systems.Building 448 is a four story building constructed in 1971. A three story addition was added in 1979 increasing the building space to 61,745 sf. The structural steel in the original four story section of the building was coated with a sprayed on fire proofing material which contained asbestos. When the addition to building 448 was built in 1979 it included a fire sprinkler system.Although predominately intact and undamaged, the asbestos fire proofing material does release enough material to accumulate fibrous asbestos dust on the suspended ceiling system. Access to spaces above the suspended ceiling is restricted due to the potential to encounter asbestos containing materials. Approximately 73% of the HVAC system is comprised of original components from 1971 and1979. These HVAC components are either at the end of their service life. A 2002 HVAC study recommended the replacement of: three major air handling units, chilled water pumps, piping, controls, air cooled chiller, ductwork, high velocity reheat boxes, and electrical wiring. The built up roofing is missing aggregate in sections which exposes the roofing surface. Sections of the roof and flashing have blisters, holes and tears which allow water penetration. Water from roof leaks has damaged ceiling tiles. Roofing materials appear to be original from initial construction. The roofing materials may contain asbestos. An asbestos survey of the building has been performed.There will be one option which will consist of upgrading electrical systems. This shall include the demolition and replacement of the electrical distribution system, main switchboard, interior distribution transformers, panel boards, receptacles, lightning protection system and wiring, and empty conduit system for communication drops for NMCI, Niprnet, Siprnet and a CCTV system for exterior doors on the SCIF floor.All work must be completed and ready for use not later than 480 calendar days after notice to proceed.The total price magnitude is estimated to be more than $10,000,000.00.The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $33.5M. Please be advised on-line registration requirements in the Central Contractor Registration (CCR) database https://www.ccr.gov/ and directed solicitation provisions concerning electronic annual Online Representations and Certifications (ORCA) at http://orca.bpn.gov Representations and Certifications are required to be updated annually as a minimum to keep information current, accurate and completed. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. A contract award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be the most advantageous to the Government, considering only price and price-related factors included in the invitation. A Bid Bond in the amount of 20% is required. The Government reserves the right to reject any or all proposals prior to award. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. This solicitation will be available in electronic format only. All documents will be in Adobe Acrobat PDF file format on the NAVY ELECTRONIC COMMERCE ONLINE. The address is: https://www.neco.navy.mil/ Contractors are asked to register in the site when downloading from NECO. ONLY REGISTERED CONTRACTORS WILL BE NOTIFIED, BY EMAIL, WHEN AMENDMENTS TO THE SOLICITATION ARE ISSUED. Inquiries shall be made to Judy Biboum, Contract Specialist at Judy.Biboum@navy.mil or (757)444-0684. Contracting office address:NAVFAC MIDLANT, Northeast IPTAttn: Judy I.-P. Biboum9742 Maryland Avenue(Bldg. Z-144, 2nd Floor, Room 214) Norfolk, VA 23511-3095
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509B7041/listing.html)
- Place of Performance
- Address: Naval Base New London, Groton, CT<br />
- Zip Code: 06349<br />
- Zip Code: 06349<br />
- Record
- SN01847057-W 20090618/090617000738-eb5e232beb1cb21950e904a0229f8724 (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 |