SOLICITATION NOTICE
Z -- Design-Build, Multiple Security Hill Projects, Project Numbers: KELL 11-0123 Design-Build, Replace Emergency Lights, Bldgs 2028, 2049, 2058 and 2081; KELL 11-0125D Design-Build, Replace Main Stairwell Railing, Bldg 2000; KELL 12-0014 Design-Build, Renov
- Notice Date
- 6/6/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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-0007
- Point of Contact
- RYAN D. BUENO, Phone: 2109251842, JACKIE L. MURRAY, Phone: 2106711711
- E-Mail Address
-
Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- PROJECT SCOPE Contractor shall provide design documents as required in accordance with the Statement of Work (SOW) to in include, but not limited to: equipment selection, investigations, design surveys, validating calculations and as-built drawings as required. Upon approval of the 95% design drawings the Government shall issue a construction Notice to Proceed (NTP) to the Contractor. The proposed system requirements in section 6 are developed by the Government and may be enhanced and upgraded by the Contractor value engineering purposes. The Contractor is responsible for conducting a pre-design survey on the areas where work will take place to assess site conditions. CONSTRUCTION REQUIREMENTS All work shall be in conformance with the drawings and specifications provided by the Contractor, including the furnishing of all materials, labor, plants, tools, equipment, and services necessary and incidental there unto. The Contractor shall coordinate all work with the PM and CO (who in turn will coordinate with all pertinent parties) so as to minimize outages and interruption to mission operations. The work required to be performed by the Contractor consists of, but is not limited to, the following: KELL 11-0123 Design-Build, Replace Emergency Lights, Bldgs 2028, 2049, 2058 and 2081 -Provide 65%, 95% and As-Built design drawings for this project. -Remove existing wall mounted emergency lighting fixtures to include all mounting hardware, conduit, and all other supporting components in the following areas: Bldg 2028 (1st and 2nd Floors), Bldg 2049 (1st and 2nd Floors), Bldg 2058 (1st and 2nd Partial Floors), and Bldg 2081 (1st Floor). Floor plans will be provided upon request once contract is awarded. -Remove light fixtures to include, ballasts, wiring, conduit, and all other associated components in support of new emergency lighting fixtures. -Contractor shall follow these guidelines for ballasts removal: -Light ballasts must be segregated by Polychlorinated Biphenyl (PCB) and non-PCB. Ballasts must be placed in a Department of Transportation (D.O.T.) approved waste container and labeled as either PCB ballasts or Non-PCB ballasts. -The ballasts must be sent to a facility permitted to receive them for treatment. The ballasts must be transported by a company permitted to transport hazardous material and can use a bill of lading as the shipping document. -Ballast containers must remain closed at all times, except when adding or removing ballasts. All waste must be manifested off Lackland AFB and the manifest must be signed by an authorized 802 CES/CEAN, Natural Resources Section, individual. -Install emergency lighting as required per NFPA 101, UFC 3-530-01, and ETL 99-4 to include installation of ballasts, wiring, conduit and all other associated components. -Prior to construction the Lackland AFB Fire Department must approve the proposed emergency lighting layout. KELL 11-0125D Design-Build, Replace Main Stairwell Railing, Bldg 2000 -Provide a 95% and As-Built design drawings for this project. -Perform asbestos and/or lead-based paint sampling and analysis prior to work. Testing is to be performed by a certified asbestos and lead-based paint team. Report shall be submitted to Government for review prior to construction. Accomplish abatement, if required, prior to new work. -Remove the existing metal stairwell railing from the main stairwell, from the first floor up to the third floor. -Install new metal stairwell railing. New railing shall match the existing railing per Historic Preservation regulations. -The new railing is to be attached such that the existing holes are reutilized. If the existing holes are in a condition such that they cannot be reused then the Contractor shall patch and repair the area to match the surrounding surface. - The new railing is to have more supporting brackets than what's currently installed. The additional brackets should provide the additional support needed to prevent the handrail from loosening from the surface it's attached. KELL 12-0014 Design-Build, Renovate Additional 400 SF to Bldg 2007 (Room 219) -Provide a 65%, 95% and As-Built design drawings for this project. -Install temporary sound dampening walls/barriers and door inside Rm 219. The wall and door shall separate the renovation area from the rest of the user's active working area. The user must continue their mission in the adjoining area during construction. Measures must be taken to prevent dust, debris, etc... from entering the working area or affecting the users once they leave the working area. -Remove the existing carpet within the renovation area. The carpet in the adjoining area shall be protected during construction such that the existing condition is maintained. -Remove the existing suspended acoustical ceiling tiles, grid system and all supporting components within the renovation area. -Protect lights within the renovation area and reinstall. -Protect ceiling tiles, grid system, lights, diffusers, etc... that aren't part of the new renovation area. -The ceiling tiles, grid system, lights, diffusers, etc... will have to be reworked to support the new room configuration. -If present, all yellow strobe lights and announcement system speakers must remain in place and cannot be disconnected. -Remove the existing ceiling diffusers, grilles, and registers. Remove ductwork as needed in support of the new device locations. Cap all supply and return duct branches feeding the renovation area. -Remove the existing wall paper, wainscoting, baseboards and all other wall coverings in preparation for the new wall finishes. -Remove all surface mounted conduits and pull the cable/wire back up above the ceiling (to be reinstalled during construction). -Construct new renovation area based on the technical specifications. Install new door in such a way that the door isn't visible from the user working area. -Install new suspended ceiling system to include 2' x 2' tiles, grid system, and all other supporting components. -Install new ceiling diffusers, grilles, and registers such that optimum coverage is attained. -Testing and balancing of the HVAC system shall be done per UFC 3-410-01 HVAC Design. The Government understands that the current system might not meet the airflow requirements needed to satisfy the heat load. The Contractor is expected to balance the system such that the optimum level of comfort is met. The CO and PM have the final word on what is acceptable. -Modify fire sprinkler system as needed to accommodate new furniture layout while maintaining code compliance per NFPA 13, UFC 3-600-01, and all other applicable fire codes. -Install new 2' x 4' incandescent light fixtures. -Install new tufted nylon carpet tiles. -Patch and paint all walls. The wall sides that are interior to the new room shall be painted using an approved color option which will be provided by Government. The wall sides that are exterior to the new room shall be painted to match the existing paint color of the existing room. Install new 4 "cove base along walls and columns. -Install new conduit/EMT in support of new COMM lines. Contractor shall install new COMM lines in support of the NIPR and telephone lines. There will be four workstations in the new room and the following equipment will be used (all equipment is government furnished and installed): 4 CPU/workstation 2 Monitors/workstation 4 Printers 1 Fax Machine 1 Shredder 2 TV's -Install new electrical conduit, outlets, wiring, etc... in support of devices listed in Section 6.4.14. Provide additional outlets for future device additions. An electrical survey of bldg 2007 will be provided upon request. -New NIPR and telephone lines are to follow these guidelines: Telecommunications (Telephone & LAN/Data) Outlets: Quad outlets will be installed at each telephone & LAN/data location unless specified otherwise. Each quad shall contain 2ea telephone outlets and 2ea LAN/data outlets. Telecommunications outlets shall be Category 5, RJ45 8-pin voice and data modular outlet assemblies housed in a quad-hole, flush wall-mount faceplate. All terminations shall be done according to T568-B wiring scheme as required by TIA/EIA-568-B. Wall-mount telephone outlets (for wall-mounted telephone sets) shall be 8-pin modular outlet assemblies (type RJ-45 modular wall-telephone jack) mounted in a simplex housing as indicated on the drawings. Each modular outlet shall accept a 4-pair Category 5 cable (8-conductors) and each modular outlet assembly shall be numbered for easy identification and location. All outlets will be wired directly to the Common User Patch Panel located in the Telecommunications Room serving the floor that the outlets are located on. -All horizontal cabling will be terminated to Leviton brand or compatible connectors, patch panels, and faceplates. KELL 12-0015 Design-Build, Construct Canopies, Bldg 1003 and 100 -Provide a 65%, 95% and As-Built design drawings for this project. -Contractor shall provide a geotechnical report for the canopy site locations. The canopy structural design shall be based on the results of the geotechnical report. -Install two new metal canopies to include steel beams, footings, etc... required for a complete product. The design and color should mirror existing canopies installed throughout Lackland AFB and final approval will be made by the government. -The canopies eave height shall between a minimum of 12'. The canopies shall provide adequate shade during regular working hours. Determine the eave height based on maximum shade coverage and vehicle clearance. -The canopies need to be able to withstand 90 mph wind. Contractor shall provide calculations and drawings stamped by a licensed structural engineer. -Install new conduit, outlets, junction boxes, etc... needed to provide power to the canopies. Each steel support shall have weatherproof duplex boxes and associated power outlets. -Install new conduit, junction boxes, light fixtures, etc... needed to provide overhead lighting under new canopies. -Install new industrial type ceiling fans to include conduit, wiring, etc...under each canopy. KELL 12-0035 Design-Build, Repair / Renovate Room 205, Bldg 2000 -Provide a 65%, 95% and As-Built design drawings for this project. -Remove the existing carpet tiles. -Remove the existing suspended acoustical ceiling tiles, grid system and all supporting components. All lighting fixtures are to left in place and reinstalled once the new suspended ceiling grid is reinstalled. -Remove the existing ceiling diffusers, grilles, and registers. Remove ductwork as needed in support of the new device locations. -Remove the existing wall paper, wainscoting, window seal tile, baseboards and all other wall coverings in preparation for the new wall finishes. -Remove all Surface mounted conduit and pull the cable/wire back up above the ceiling (to be reinstalled during construction). -Remove two hallway doors and frames; remove one interior door and frame. Infill doorways where doors were removed. -New infill area shall be made out of similar materials to surrounding walls and the finishes shall match the surrounding walls. -Install new suspended ceiling system to include 2' x 2' tiles, grid system, hangers, etc... Light fixtures are to be reinstalled in new grid system and located such that proper lighting is supplied for the new furniture layout (to be provided during bid process). -Install new ceiling diffusers, grilles, and registers. Devices are to be located based on the proposed furniture layout. -Install new tufted nylon carpet tiles. -Furr out interior walls and columns such that conduit for electrical and COMM can be installed within the wall. There shall be no surface mounted conduit installed. -Paint walls, door frames, window seals, and columns. Paint color options will be provided by Government. -Install new 4 "cove base along walls and columns. -Install new conduit/EMT in support of new COMM and electrical lines. Contractor shall install new COMM lines in support of the NIPR and telephone lines. New NIPR and telephone lines are to follow these guidelines: Telecommunications (Telephone & LAN/Data) Outlets: Quad outlets will be installed at each telephone & LAN/data location unless specified otherwise. Each quad shall contain 2ea telephone outlets and 2ea LAN/data outlets. Telecommunications outlets shall be Category 5, RJ45 8-pin voice and data modular outlet assemblies housed in a quad-hole, flush wall-mount faceplate. All terminations shall be done according to T568-B wiring scheme as required by TIA/EIA-568-B. Wall-mount telephone outlets (for wall-mounted telephone sets) shall be 8-pin modular outlet assemblies (type RJ-45 modular wall-telephone jack) mounted in a simplex housing as indicated on the drawings. Each modular outlet shall accept a 4-pair Category 5 cable (8-conductors) and each modular outlet assembly shall be numbered for easy identification and location. All outlets will be wired directly to the Common User Patch Panel located in the Telecommunications Room serving the floor that the outlets are located on. -All horizontal cabling will be terminated to Leviton brand or compatible connectors, patch panels, and faceplates. -Install new electrical conduit, outlets, wiring, etc... as needed to support new furniture layout and equipment. An electrical survey of bldg 2000 will be provided upon request. -Testing and balancing of the HVAC system shall be done. The Government understands that the current system might not meet the airflow requirements needed to satisfy the heat load. The Contractor is expected to balance the system such that the optimum level of comfort is met. The CO and PM have the final word on what is acceptable. -Modify fire sprinkler system as needed to accommodate new furniture layout while maintaining code compliance per NFPA 13, UFC 3-600-01, and all other applicable fire codes. Period of Performance and Magnitude: The magnitude for this requirement is between $250,000.00 and $500,000.00. The period of performance is 70 days for design and 120 days for construction. SET ASIDE: HUBZone NAICS Code: North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 236220 (Commercial and Instutional Construction) with a small business size standard of $35,500,000.00. 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 6 Aug 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 19 Jul 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 SrA Chad Galvez, Contract Specialist at (210) 671-0041; email: chad.galvez@us.af.mil ; Alternate POC Mr. Robert De la Rosa, Contract Specialist at (210) 671-0644; email: robert.delarosa.1@us.af.milAlternate POC Ryan D. Bueno, Contract Specialist at (210) 671-0644; email: ryan.bueno.1@us.af.mil or Mr. Jack 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-0007/listing.html)
- Place of Performance
- Address: Security Hilll Area 2000, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02768275-W 20120608/120607000345-2a73258879e1e1d47561a98104b254c2 (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 |