Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2011 FBO #3414
DOCUMENT

Y -- Design/Bid/Build Construction Services for RM 09-1077, Repair/Modernize Pringle Hall, Naval War College, Newport, Rhode Island - Attachment

Notice Date
3/29/2011
 
Notice Type
Attachment
 
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
 
Solicitation Number
N4008511R7239
 
Response Due
4/15/2011
 
Archive Date
4/30/2011
 
Point of Contact
MAELANI ELLISON
 
E-Mail Address
41-1985<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Design/Bid/Build Construction Services for RM 09-1077, Repair/Modernize Pringle Hall, Naval War College, Newport, Rhode Island The contract will provide: The Contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications. Base Bid will include: 1. Exterior repairs a. Roof i. Re-roofing included for all roofs except for Stage roof and mechanical equipment roof on south side of auditorium ii. Access hatch and ladders iii. New gutters and downspouts to match existing in profile, material and connection method. Downspouts shall have grates at downspout/gutter connection. iv. Fall Arrest protection as required by NAVFAC and OSHA b. Flashing i. Replacement of flashing at connection between Pringle/Mahan bridge and building and all flashing at building roof c. Windows i. Remove and replace sealant around skylights ii. Scrape and paint all windows iii. Install new storm windows (all facades) iv. Remove and replace perimeter window sealant and sealant at open joinery v. Replace head or sill as needed vi. Install wood consolidator at head jamb or sill as needed vii. Dutchman repair at head jamb or sill as needed viii. Replace all glass in disrepair d. Granite i. Core patch and block replacement as needed (drawings to define which granite to be replaced and which granite to be repaired (not using Dutchman repair method)) ii. Re-pointing select areas of granite (clear quantities to be defined and identified on drawings) iii. Cleaning of granite veneer e. Low Impact Development f. Repair of known water infiltration g. Replace dormer wood siding and copper roofs h. Repair copper spandrel panels 2. Life Safety a. New standpipes in stairwells if exemption from MIDLANT is not obtained (approval by SHPO required) b. New sprinkler lines and sprinkler heads in corridors c. Penetrations through corridor walls into offices d. New sprinkler heads in offices (corridor wall mounted) e. New dropped ceiling in corridors f. New Fire Alarm Panels without mass notification g. Smoke detectors in areas with Ordinary Hazard Sprinklers h. Hold open mechanisms at stair enclosures connected to alarm system i. HVAC shut offs from the fire alarm panel j. Replace door hardware with accessible hardware 3. Electrical Improvements a. Repairs and improvements as needed to support life safety b. Install Lightning Protection System 4. Interior Finishes a. Replacement or repair to match existing of finishes affected by all work in base bid. b. Replacement or repair to match existing of finishes with water damage. 5. Hazardous Materials Abatement a. Replacement or repair to match existing of finishes affected by all work in base bid. Bid options will include the following: Option 1 1. HVAC Improvements a. Replace the heat exchanger, primary hot water pumps, expansion tanks, and appurtenances. Provide full DDC control of heat exchanger plant with associated modifications to existing Johnson Controls (JCI) DDC in the building and with modification of programming and graphics on console at Building 1 and Barry Prisk's console in Building 686. Also include the addition of air conditioning to areas of the South wing (1st and 2nd floors), and the east and west conference rooms and offices on either side of the 1st-floor auditorium. Provide a new chiller plant with some spare future capacity for lower priority items which follow. Add CRUs at auditorium AHUs to repair leaking condensate returns. b. Provide zoning of existing radiant heating to give each space individual control with DDC system. Some systems will require additional piping to allow for the sub-zoning. If possible, it is preferred that the primary HW pumps in the heat exchanger room be made to provide all pumping power and the zone pumps be eliminated entirely. c. Upgrade or repair four existing air handling units and their accessories. Replace the DX unit in the attic of the south wing and its associated condensing unit, provide outside air duct, and put on DDC system. Replace DX unit in basement of south wing with chilled water unit and put on DDC system. Replace condensing unit to DX unit serving Quinn Lecture hall. Repair 100% outside air unit serving ward room. d. Complete building DDC system. Add ward room units, Quinn unit, existing fan-coil AC units, CO2 monitoring of Ward Room and Quinn, and air-flow monitoring stations to outside air ducts. e. Add outside air systems to areas that don't currently have and out on DDC system. f. Provide dedicated cooling units for IT (telecom) rooms and dedicated cooling or exhaust to the AV room in the auditorium. 2. Plumbing a. Replace all above ground galvanized drain, waste, & vent piping with cast iron. b. Provide point of use domestic water heating at each floor toilet room. (Four 10 gallon, 3 kW water heaters.) 3. Electrical Improvements a. Repairs and improvements as needed to support HVAC work 4. Telecommunications a. One large telecom room in basement and one on mezzanine b. Incoming copper service terminated in the basement. c. Analog telephone service d. (2) CAT6 per box, one voice and one data. At each workstation as determined by NWC 5. Electronic Security Systems a. Provide access control extension to telecom rooms 6. Interior Finishes a. Replacement or repair to match existing of finishes affected by all work in option 1. 7. Hazardous Materials Abatement a. Replacement or repair to match existing of finishes affected by all work in option 1. Option 2 1. New generator 2. New portico at entry to south wing 3. Replace roofs at Stage and South Mechanical Roof The magnitude of this project is between $5,000,000 and $10,000,000. 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. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these construction requirements by July 2011. The appropriate NAICS code for this procurement is 236220 and the small business size standard is $33,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. (2) Company Profile to include the following: 1. Number of employees. 2. Office location(s). 3. Available bonding capacity per contract. 4. DUNS number. 5. CAGE Code. 6. Small business designation/status claimed. 7. Annual revenue. RESPONSES ARE DUE NLT 15 April 2011, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent to the following: Mail responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Maelani Ellison 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Express deliver responses to: Naval Facilities Engineering Command Mid-Atlantic, Northeast IPT, Attn: Maelani Ellison 9742 Maryland Ave, Bldg. Z-144, 2nd Floor, Room 214, Norfolk, VA 23511-3095 Hand deliver responses to the Express Delivery address but to First Floor, Room 109, Attn: Maelani Ellison Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed to Maelani Ellison either by email at maelani.ellison@navy.mil or phone 757-341-1985.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R7239/listing.html)
 
Document(s)
Attachment
 
File Name: N4008511R7239_N40085-11-R-7239_Sources_Sought_Notice_RM_09-1077.pdf (https://www.neco.navy.mil/synopsis_file/N4008511R7239_N40085-11-R-7239_Sources_Sought_Notice_RM_09-1077.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008511R7239_N40085-11-R-7239_Sources_Sought_Notice_RM_09-1077.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02411753-W 20110331/110329234541-3eb243fbc682faa9f45a46d1513ae27e (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.