Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

Z -- Design-Build, Repair / Construct 4 Military Working Dog (MWD) Kennels, Project Number: MPLS 11-0117

Notice Date
6/8/2012
 
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-0003
 
Point of Contact
RYAN D. BUENO, Phone: 2109251842, Jackie L. Murray, Phone: 2106711728
 
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 The Contractor shall design and construct four (4) kennel facilities containing fifty (50) individual canine housing units each. The Project will demolish and reconstruct existing kennels (buildings 452, 450, 454, 456) to include concrete slab. The design and construction shall include kennel structure, slab, housing units, fencing, utilities, and drainage. Roof overhangs shall extend beyond the open concrete trench drains to prevent rain water run-off into the trenches. The program is mission essential; Phasing must be considered as training will not stop during design and construction. Construction phasing shall be reviewed and confirmed by the User. It is required that no more than two (2) kennels will be out of service at any one time. The work required to be performed by the contractor shall result in complete and functioning systems and shall consist of, but is not limited to, the following: • Architectural: Demolish existing kennels B-450, B-452, B-454, and B-456 entirely. Construct new kennel in place. Kennel footprint must not decrease nor increase (NEPA violation). Provide design and construction includes but is not limited to steel structure and reinforced CMU, standing seam metal roof, gutter system and chain link fence with lockable gate at each end of corridor. Provide interior reinforced concrete kennels with lockable covers and attached exterior kennel space enclosed with chain link fence with lockable gate for trainer access. Coordinate with the User for preferred gate locking mechanism during the Design Workshop. Provide a 1'-0" ledge (minimum distance) from the edge of the chain link fence enclosed exterior kennel space and the edge of the perimeter drainage trench. Provide roof overhangs to keep weather and driving rain from entering kennel spaces. Roof overhangs shall extend beyond the open concrete trench drains to prevent rain water run-off into the trenches. • Civil/Site Work: Demolish the sanitary sewer branch within 5ft from the slab. Construct new sanitary sewer branch and provide cleanout at point of new construction. Coordination will need to occur regarding the connections of new roof drain systems to downspout drainage system and connections of new trench sanitary sewer drains to the overall sanitary system. All other existing utilities and storm drain facilities outside of the building footprints are assumed to be adequate. • Interior Design: Provide epoxy coating of floor and wall surfaces. Each kennels shall have multiple ceiling fans (without lighting package) installed for air movement throughout. Contractor shall coordinate the quantity and style of ceiling fans with the user. • Plumbing: Each kennel currently has a 1-1/2" water tap and backflow preventer which shall be reused for the new kennels. Contractor shall protect the assembly from damage during removal of the old kennel and construction of the new kennels. If kennel does not have a 1-1/2" water tap and backflow preventer, a 1-1/2" water tap and backflow preventer shall be added into the design and incorporated into the kennel during construction. The water line shall be routed down the center of the kennels under the peak of the roof. Branch lines will be installed to each of the kennels and connected to automatic water fountains for dog drinking water. Additional hose bibs to be installed per the User for wash-down of each kennels. Contractor shall coordinate all hose bib requirements and locations with the User. All domestic water lines shall be insulated and jacketed per Air Force Base requirements and standards. • Fire Protection: Fire alarm systems will be required. All fire alarm systems shall be installed in accordance with NFPA, UFC and local requirements. New kennel construction shall meet current fire code standards. The Contractor shall verify applicable standards for kennel design, construction requirements, hazard classification. Because kennels are mission essential, full compliance and updates to fire codes may be required. At a minimum, heat detectors shall be required. Contractor shall provide fire extinguishers. A fire department connection, sprinkler system and fire alarms may be required. Contractor shall consider wet system sprinkler system. • Electrical: The existing kennels are supplied via individual overhead service drops connected to aerial transformers with an output of 120/240V, 1-phase, 3-Wire located strategically within the kennels common area. Demolish the existing secondary electrical distribution system within each kennel from the final electrical outlets back to the point of attachment of the overhead service drop conductors to facilitate the demolition of the entire kennels. Coordinate the disconnect of the overhead service conductors with the Base Exterior Electrical Shop. Prepare a temporary electrical service with its own independent support structure to provide the power requirements during the demolition and new construction phase. Provide a new electrical distribution system to supply the new kennels power requirements. The new electrical distribution system shall be built to the same standards as the recent SABER project kennels. Reference Attachment E for the SABER project kennels design drawings. • The contractor shall make his own field investigations to verify dimensions and other information shown on government furnished reference drawings. 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 70 days for design and 200 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 Institutional Building Construction) with a small business size standard of $33,500,000.00. 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 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) 671-0644; email: ryan.bueno.1@us.af.mil ; Alternate POC 2Lt. Son Nguyen, Contract Specialist at (210) 925-1841; email: son.nguyen.13@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-0003/listing.html)
 
Place of Performance
Address: Buildings 452, 450, 454, 456, Lackland AFB, Texas, 78245, United States
Zip Code: 78245
 
Record
SN02770184-W 20120610/120608234729-36b45cf64875f9f66fb20cd486b98708 (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.