Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOLICITATION NOTICE

Z -- Building 3, Bay 3, New HVAC and Renovations

Notice Date
1/30/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-12-B-0007
 
Archive Date
10/1/2012
 
Point of Contact
Michele N. Evans, Phone: 2156566894
 
E-Mail Address
Michele.n.Evans@usace.army.mil
(Michele.n.Evans@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this project is to renovate Bay 3 in Building 3, at the Tobyhanna Army Depot, Tobyhanna, Pennsylvania from what was originally designed and used as a warehouse space for the storage of Army equipment and supplies to an electronics mission work area. The Bay 3 design includes an area for numerous bench top work surfaces with a renovated compressor room and a new two story modular office block. This includes offices for the division and branch chiefs with conference rooms and staff rooms to support each level. There will be a lunch break area, mini computer stations and a locker area on the east side of the bay. An open shipping area will occupy the northwest corner of the repair floor. The general scope of the project includes an upgrade to the compressed air system. This scope also includes a new HVAC system, and new 277V lighting layout. The removal of the existing hanging light fixtures will include the removal of lighting ballasts and lamps containing PCB's and Mercury. All deactivated utilities will be removed and the walls will be cleaned of existing debris. The walls will be furred out with steel studs, filled with insulation batts and covered with gypsum board to be painted. All existing ACM in wall, floor and ceiling tile and the existing sliding fire doors will be abated. New aluminum and glass bi-parting sliding doors will be mounted on one side of the firewall and a steel, 2hr. roll-up fire door will be mounted on the other. These will be located at each driveway opening. The bottom of the roof deck will get three coats of paint. All exposed structural steel and supporting members will be painted. All structural steel within the building, fire doors and door jambs between the bays contain lead based paint. Occupational Safety and Health Administration Standards must be followed when these structures are disturbed or modified. These new renovations will also include a daylight harvesting system in which the daylight from new skylights in the roof are used to help light the interior of the bay for a savings on lighting operating costs. There will also be "power columns" built on the repair floor that contain service hook-ups, fed from above and down through the column with connections at the face for usage at the repair benches. These columns are to contain a high and low pressure compressed air connection at each column face that is to be connected for use at each bench. These columns will also have 120V power that will power two benches per power circuit. There will be 10 communication and data outlets for every 4 repair benches. The floors will have the cracks filled. A regular epoxy floor finish and an ESD Type epoxy floor will be put down in the required areas to complete the manufacturing space. Solicitation Number W912BU-12-B-0007 will be issued on or about 14 February 2012 with a bid opening date of 15 March 2012. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. The NAICS Code for this project is 237990 (SIC 1629) with a size standard of $33.5 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Plans and specifications should be downloaded via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as 100% Set Aside for Small Business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-B-0007/listing.html)
 
Place of Performance
Address: U.S. ARMY ENGINEER DISTRICT, PHILADELPHIA, WANAMAKER BUILDING, 100 PENN SQUARE EAST, Philadelphia, Pennsylvania, 19107-3390, United States
Zip Code: 19107-3390
 
Record
SN02663940-W 20120201/120130234753-5f4c33569e9787ace7e96327e0cfdcfd (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.