SOLICITATION NOTICE
Y -- RECOVERY--Y--Roof Repair Building P-4475
- Notice Date
- 7/24/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- EC-00509-9J
- Response Due
- 7/27/2009
- Archive Date
- 9/25/2009
- Point of Contact
- Barbara Hunt, 315-772-9050<br />
- E-Mail Address
-
ACA, Fort Drum
(barbara.hunt@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO THE CONTRACTOR UNDER THE FORT DRUM EXISTING REPAIR, REHABILITATION AND CONSTRUCTION (RRC) Contract Number W911S2-06-D-0005, Contractor: Chugach Industries Incorporated, 3800 Centerpoint Drive, Suite 601, Anchorage, AK 99503. The Directorate of Contracting will obtain services to provide all supervision, plant, labor and equipment necessary to perform all work in connection with the upgrading of the vehicle maintenance facility. Work shall include but is not limited to replacing the overhead doors, replace all exterior personnel doors and frames, replace one light pole in the storage yard, upgrade the central bathroom ( mens and womens) by installing new toilets, toilet partitions, urinals, sinks, mirrors, light showers and bring the bathroom up to ADA capable. Roofs to be replaced will be EPDM on two (2) buildings with the metal slope roof dropping into a roof gutter. The existing lube pits shall be upgraded by adding fiberglass grate and lighting shall be updated to include fluorescent lighting units in the pit. The ceilings, walls and floor surfaces shall be painted. The floor in the warehouse shall be primed with epoxy mastic paint and slip resistant. Acoustical ceiling shall be removed including the grid system and replaced with new acoustical ceiling tile. The floor tile shall be removed and replaced with new 1/8 vinyl composition tile with the color to be picked by Public Works. The vinyl base shall be installed where VCT tile is installed. The electrical interior portion includes removing lights as indicated on the concept drawing and replaced with new. The exterior pavement around the VMF shall be milled down (asphalt only) 1.5 inches, tack coat placed and asphalt top placed. In the existing repair bays where water and compressor air is available, install new hose reels at existing locations to accommodate a water and compressed air reel and fan at each bay. In the existing repair bays at each overhead door install a new vehicle exhaust reel (2 per bay) similar to the ones installed in VMF 10265, remove existing ductwork for each vehicle exhaust and remove and fix and seal outlets to the outside. One of the bays shall be designed as a welding bay and welding curtains and exhaust fan shall be installed similar to the welding bay in VMF 10265. In the repair bay the existing boiler shall be replaced with a KN brand sized to the area to be heated. The fire detection system shall be upgraded to current NFPA, 70, NFPA, 72, NFPA, 101 and UFC-3-600-01 standards to include smoke detectors, fire alarm panel, pull stations, emergency lighting, visual signals, and mass notification system. The out buildings that are not connected to the fire alarm system shall be updated. The damaged siding on the overhead doors shall be replaced with similar metal siding and the color to match existing. The damaged bollards shall be straightened or replaced and a plastic cover placed over them. Five (5) gates shall be replaced and 400 lineal feet of fence. The eye wash/shower stations in the hallway by the west vestibule and in Room 106 shall be removed shall not be replaced. The eye wash/shower stations to be replaced are located in the following areas; (one (1) in the warehouse, two (2) in each maintenance bay, one (1) at each lube pit and one (1) in the west battery Room 131. Fire extinguishers shall be installed per code throughout the building. In the two oil water separator rooms on the south end of the repair bays, replace the oil water skimmers. In the entrance vestibule, remove and replace the grating with new including cleaning under the grating of any soil or debris before replacing new grate. Remove existing wire cage in the area of the maintenance bay by the pit to allow access to the used oil and used antifreeze storage area. The magnitude of this project is estimated to be between $1,000,000 and $5,000,000. The project will be funded by the American Recovery and Reinvestment Act of 2009. This is not a request for quotation or a solicitation for offers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ17/EC-00509-9J/listing.html)
- Place of Performance
- Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY<br />
- Zip Code: 13602-5220<br />
- Zip Code: 13602-5220<br />
- Record
- SN01887116-W 20090726/090725000828-4c6f80ce8ef961a1d70d2db096c43be0 (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 |