SOLICITATION NOTICE
Z -- Repair Two (2) Weapons Vaults by Replacement
- Notice Date
- 8/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-11-R-0025
- Response Due
- 8/24/2011
- Archive Date
- 10/23/2011
- Point of Contact
- Julianne Hitch, 4109428476
- E-Mail Address
-
USPFO for Maryland
(julianne.hitch@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is designated as a 100% HUBZone set-aside within 150 miles of the project locations. The type of award will be Firm-Fixed Price with selection based on the lowest price technically acceptable proposal. The selected contractor must be HUBZone certified at time of award. This contraction project requires the contractor to furnish all supervision, labor, materials, tools, apparatus, testing, and transportation to repair a weapons vault by replacement. This will require demolition and replacement of existing vaults in two armories including the area floor slab and other miscellaneous work as noted herein and as shown on the attached drawings. Field type construction plans and specifications for each armory are acceptable with a disc copy of the CADD files. The contract performance period is 240 days from the date of the notice to proceed. The NAICS code is 236220; the Size Standard is $33.5 million average annual receipts over the past three years. SOLICITATION DETAILS: Solicitation type: Request for Proposals Proposals due: 2:00PM on 20 September 2011-fax, email, hand carried or other standard delivery method Contract Award date: 27 September 2011 Liquidated Damages: $205.77 per day Magnitude of this project: between $100,000 and $250,000 DOL Wages General Decision Numbers: Prince George's County (MD 138) Anne Arundel County (MD 133) Required Bonds: Payment and Performance Bonds after award of contract SITE VISIT at both locations on same day-mandatory Pre-proposal site visit on WEDNESDAY, AUGUST 24, 2011 Contact Julie Hitch at julianne.hitch@us.army.mil if you plan to attend. 1.Greenbelt Armory, 7100 Greenbelt Road, Greenbelt, MD 20770 at 10:00AM 2.Glen Burnie Armory, 14 Dorsey Road, Glen Burnie, MD 21061 at 1:00PM PROJECT DESCRIPTION Vault Requirements: Vault shall meet the requirements of AR 190-11, Appendix G. All structural designs shall be certified by a Maryland Registered Professional Engineer. Vault interior height shall be a minimum of 9' - 6". Vault area slab shall be independent of adjacent slabs. Interior features: 60 amp single phase 12 position minimum SQUARE D electrical panel Task lighting (moisture resistant T-8 fixtures) with switching for two areas Three duplex circuits (20A) (one for dehumidification) five outlets total Up to three Alarm System " electrical conduits (locations TBD) Weapons rack "Mooring Eyes". Est. 14 ea. minimum. Locations TBD. Dehumidification system with condensate drainage Ventilation ports Vault door shall be salvaged and used for the replacement vault. The Government reserves the right to utilize third parties for material and inspection activities. Specifications (Minimum): Concrete: 4,000 psi; Reinforcing Steel: 60,000 psi yield Continuing Operations: Work shall be planned for minimal disturbance to adjacent areas of the Armory. Care to be exercised for dust abatement during demolition phases. Restoration to pre-construction conditions is required. Work hours are 0630 to 1700 M-F. Additional Project Requirements and Features: 1. "Mooring Eyes" (NEENAH FOUNDRY, ductile iron, Model R-3490-A) are required for chaining weapons racks and shall be cast in concrete walls and floor (to be located after basic design). This requires connection to concrete reinforcing. 2. Future "Weapons Cabinets" to be supplied and installed by Owner. Sizes are: 42" Wide x 45" High (Can be used on first or second tier) 42" Wide x 61.5" High (Can be used on first tier only). Both are 17" deep. Contractor to space plan for two tier placement (maximum density). 3. Removal shall be complete within the specified work area up to the underside of the roof system. Exception would be for existing utility items necessary for continued use, to include relocation if required. The existing Class 5 vault door shall be salvaged and incorporated into the replacement vault. It shall be the responsibility of the contractor to provide replacement door parts as required and obtain certification for the installed salvaged vault door. 4. Supply entry door to be 14g frame with 16g door, both reinforced. Lock is deadbolt with passage set and hold-open closer. Finish is 26D or better. Vision port and day-gate are not required. 5. Vault ceiling to be designed for storage load of 100 psf. Caging materials shall meet supply requirements for normal operations. 6. Vault shall be poured concrete. Floor to be sealed concrete. 7. Lighting shall be sufficient to easily read serial numbers on weapons. T-8/T-5 ballast, two tube fluorescent lights with moisture resistant lenses. Provide a red indicator light in the supply area for the vault lights. 8. Surface mounted steel ladder shall be attached to the vault front for access to top of vault. 9. Supply caging similar to existing shall be installed in a similar manner as existing. A four foot sliding lockable gate shall be provided (to be field located). 10. All visible masonry wall surfaces other than the vault within the area of work to be primed, followed with two coats of finish paint. Up to two colors to be selected by Owner. Supply door shall be painted with similar requirements (Black, lowest sheen). ATTACHMENT: Drawings with specifications
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-11-R-0025/listing.html)
- Place of Performance
- Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
- Zip Code: 21078-4094
- Zip Code: 21078-4094
- Record
- SN02541438-W 20110821/110819234927-2ec63bfbc5a65d04ec3523d17b8958df (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 |