Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

38 -- Design-Build, Structural Repair at Student Dormitories 10251, 10255, 10261, and 10265, Project Number: MPLS 12-0036

Notice Date
4/24/2012
 
Notice Type
Presolicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-12-B-0002_Structural_Repair_Dormitories
 
Point of Contact
Robert De La Rosa, Phone: 2106710644
 
E-Mail Address
robert.delarosa.1@us.af.mil
(robert.delarosa.1@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Draft Synopsis for Design Build Structural Repair at Student Dormitories 10251, 10255, 10261, and 10265 TITLE: Design-Build, Structural Repair at Student Dormitories 10251, 10255, 10261, and 10265, Project Number: MPLS 12-0036 PROJECT SCOP Contractor shall provide a complete design analysis (60% and 100% design submittals) under this design-build contract to perform structural/foundation repairs to buildings; 10251, 10255, 10261, 10265 and inter-crossing walkways; as required by Statement of Work (SOW). This is to include: itemized cost estimates, equipment selection, investigations and testing as required, design/load calculations, studies, referenced design instructions, 65% and 100% design/shop drawings stamped/sealed by the Contractor's engineer of record as required for construction, for all engineering disciplines. Upon award of contract, the Contractor shall provide a demolition plan for all buildings and walkways, as required by pending SOW. The Contractor will coordinate with the base for all utility outages, as required. The Contractor shall provide final as-built drawings NLT than 10 calendar days following the construction final inspection notification by the Contracting Officer. DESIGN The contract shall consist of the design and construction associated with repairing portions of buildings 10251, 10255, 10261 and 10265; including inter-crossing walkways. This contract shall be phased per building; Phase I shall be building 10251; Phase II shall be building 10265; Phase III shall be 10255; Phase IV shall be 10261. It has been determined through site assessments that there is signification foundation shifting and structural damage occurring at each of the main buildings 10251, 10255, 10261 and 10265; primarily at 10251. Upon approval of the final 100% design acceptance, the Contracting Officer shall issue a Construction Notice to Proceed (NTP) to the Contractor to start construction work. The Contractor shall investigate and comply with all applicable DoD design criteria including those that may have become applicable subsequent to the completion of the Air Force regulations, equipment specifications, handicap accessibility requirements, life safety codes, fire safety codes, asbestos and lead-based paint abatement requirements and local, state and Lackland Air Force Base (LAFB) criteria in order to perform the services covered by the pending SOW in accordance with them. CONSTRUCTION REQUIRMENTS The following is a summary of the scope of work. The design analysis shall consist of, but NOT be limited to civil, structural and drainage. All work shall be in conformance with the approved design drawings, specifications and design criteria listed in the pending SOW, including the furnishing of all materials, labor, plant, tools, equipment, and services necessary and incidental thereto. The Contractor shall provide an assessment plan of the existing conditions (interior and exterior) at each of the dormitories to include narrative descriptions with accompanying photo documentation of all structural cracks/damage prior to be reviewed/approved by the government, prior to any work to begin. The Contractor shall provide a demolition plan to be reviewed/approved by the government prior to any demolition work to begin. The scope of work shall include, but is not limited to the following: Building 10251 • Provide a Geotechnical investigation on the north side of the building (a minimum of two soil borings to at least 20 feet deep) • Replace existing walkway on north side of building • Install, as necessary, a helical pile system design (signed and sealed by a professional engineer registered in the state of Texas) on the north side of the building along the wall (125 feet) and for the length of the walkway (125 feet) o Helical piles shall be thermoplastic coated o Helical piles shall have a minimum 20 year warranty • Excavate, jack hammer and saw cut as necessary to detach existing failed foundation footings and steel reinforcement on north side of building just below the foundation beams • Lift the building hydraulically to correct the settlement displacement • Drill affected flatwork areas (places with upwards of 2" deflections) and injecting with structural polyurethane to correct settlement displacement • Patch drilled holes with grout as necessary • Extend downspout away from the building on the north side • Perform site elevation survey • Re-grade/hydro-seed portions of site as necessary for positive drainage away from building based on site survey • Power wash all masonry exterior walls of the building; ensure removal of mold and rust Building 10255 • Provide a full drainage plan along with full re-grading as necessary to also include o Drainage from the splash blocks o Re-route scuppers drainage away from building • Repair (re-caulk and repaint) gutters as necessary • Replace damaged aluminum flashing at masonry walkway column joints • Power wash all masonry exterior walls of the building; ensure removal of mold and rust • Paint all railing • Install protection or fill all gaps as necessary to crawl space access areas to prevent water penetration • In-fill/patch holes from walkway flatwork repair (structural polyurethane foam injections) Building 10261 • Provide a full drainage plan along with full re-grading as necessary to also include o Drainage from the splash blocks o Re-route scuppers drainage away from building • Repair (re-caulk and repaint) gutters as necessary • Replace damaged aluminum flashing at masonry walkway column joints • Power wash all masonry exterior walls of the building; ensure removal of mold and rust • Paint all railing • Install protection or fill all gaps to crawl space access areas to prevent water penetration • In-fill/patch holes from walkway flatwork repair (structural polyurethane foam injections) • Provide a Geotechnical investigation on the north side of the building (a minimum of two soil borings to at least 20 feet deep) • Replace existing walkway on north side of building • Install, as necessary, a helical pile system design (signed and sealed by a professional engineer registered in the state of Texas) on the north side of the building along the wall (125 feet) and for the length of the walkway (125 feet) o Helical piles shall be thermoplastic coated o Helical piles shall have a minimum 20 year warranty • Excavate, jack hammer and saw cut as necessary to detach existing failed foundation footings and steel reinforcement on north side of building just below the foundation beams • Lift the building hydraulically to correct the settlement displacement Building 10265 • Provide a full drainage plan along with full re-grading as necessary to also include o Drainage from the splash blocks o Re-route scuppers drainage away from building • Repair (re-caulk and repainting) gutters as necessary • Replace damaged aluminum flashing at masonry walkway column joints • Power wash all masonry exterior walls of the building; ensure removal of mold and rust • Paint all railing • Install protection or filling any gaps as necessary to crawl space access areas to prevent water penetration • In-fill/patch holes from walkway flatwork repair (structural polyurethane foam injections) as necessary • Provide a Geotechnical investigation on the north side of the building (a minimum of two soil borings to at least 20 feet deep) • Replace existing walkway on north side of building • Install, as necessary, a helical pile system design (signed and sealed by a professional engineer registered in the state of Texas) on the north side of the building along the wall and for the length of the walkway o Helical piles shall be thermoplastic coated o Helical piles shall have a minimum 20 year warranty • Excavate, jack hammer and saw cut as necessary to detach existing failed foundation footings and steel reinforcement on north side of building just below the foundation beams • Lift the building hydraulically to correct the settlement displacement Buildings 10251, 10255, 10261 and 10265 (including inter-crossing walkways) • Retrofit Weep Holes on all four dorms as necessary • Survey entire dorm area • Provide site package to include: o Landscape plan (recommend arborist) o Grading plan o Drainage analysis with calculations o Drainage plan with details o Paving plan with details • Re-grade courtyard side and provide better outlet away from the dorms for storm water • Install 17 tree wells around trees that are obstructing the storm water drainage path • Install 5' wide erosion control mats around all sides of re-graded areas closest to the dorms on the courtyard side • Install concrete pad below all hose bibs currently without a pad • Install at a minimum 3 sidewalk bridges sized to accommodate drainage away from dorms • Repair sidewalks as necessary • Install and establish new sod • Remove and replace (re-set and level) spouts for downspouts • Remove existing sand pit berm, and replace at a level not detrimental to drainage flow • Remove (and return to government for retention) steel tubes on both sides of sand pit • Replace sand pit and install under drain to existing inlet • Perform investigative repairs on stud-framing (and exterior veneer) that is currently damaged due to foundation shifting and damage as a result from the foundation repairs performed under this contract. All stud-framing that is repaired under this contract shall be left uncovered, to be finished under a separate renovation contract • Provide all elements as required by drainage plan approved by base 802d CES/CEPDI drainage expert The Contractor shall coordinate testing of the lawn sprinkler system(s) with/by 802 CES prior to any work to begin. The Contractor shall repair/replace any damage caused by the Contractor to the lawn sprinkler system(s) as a result of this project, at no additional cost to the government. All designs shall comply with UFC 4-010-01, Unified Facilities Criteria (UFC) DoD Minimum Antiterrorism Standards for Buildings as well as all Command and Base Standards. All design drawings shall be provided by the Contractor and stamped/sealed by engineer of record. Structural design/load calculations shall be submitted to the government for review/approval at the 60% submittal. Period of Performance and Magnitude: The magnitude for this requirement is between $1,000,000.00 and $5,000,000.00. The period of performance is 195 calendar days see below: • Charrette Meeting no later than 15 calendar days from notice to proceed • Demolition Plan no later than 10 calendar days from notice to proceed • 60% Design Submittal package due no later than 21 calendar days from notice to proceed • 100% Design Submittal package due no later than 21 calendar days from notice to proceed • Construction work is to be completed no later than 128 calendar from notice to proceed NOTE: After a design submittal package is received by the government, it may take up to 45 calendar days for approval (technical reviews + contractor review comments). SET ASIDE: HUB Zone NAICS Code: North American Industry Classification System (NAICS) code 238110 Poured Concrete Foundation and Structure Contractors with a small business size standard of $14,000,000.00. This industry comprises establishments primarily engaged in pouring and finishing concrete foundations and structural elements. This industry also includes establishments performing grout and shotcrete work. The work performed may include new work, additions, alterations, maintenance, and repairs BID BOND: In accordance with FAR 52.228-1 Bid Guarantee an original bid bond must be submitted with your bid package to be responsive. The amount of the bid guarantee shall be 20% of the bid price or $3,000,000.00, whichever is less. Bids are due on 25 Jun 12 (Estimated) no later than 1:00pm (CST). Specific instructions can be found in Section H, L and M of the upcoming Invitation for Bid (IFB). Pre-Bid Conference / Site Visit is Scheduled for 7 Jun 12 (Estimated) at 9:00am (CST). Location: 802d Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Primary POC is Mr. Robert De la Rosa, Contract Specialist at (210) 671-0644; email: robert.delarosa.1@us.af.mil ; Alternate POC is Ryan D. Bueno, Contract Specialist at (210) 925-1842; email: ryan.bueno.1@us.af.mil or Mr. Jackie L. Murray, Contracting Officer at (210) 671-1711; email: Jackie.murray@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-12-B-0002_Structural_Repair_Dormitories/listing.html)
 
Place of Performance
Address: Lackland AFB - 802D Contracting Squadron, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02729495-W 20120426/120424234913-4852659956e6d5fc842284c9be75bd3e (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.