SOLICITATION NOTICE
Z -- RPA BEDDOWN BATTLE CREEK ANG BASE
- Notice Date
- 1/5/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, MI 48906-2934
- ZIP Code
- 48906-2934
- Solicitation Number
- W912JB15B2000
- Response Due
- 2/23/2015
- Archive Date
- 3/25/2015
- Point of Contact
- Eva Lauchie, 517 481 7850
- E-Mail Address
-
USPFO for Michigan
(eva.p.lauchie.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice serves as a presolicitation. It is anticipated that the Invitation for Bid ( IFB) will be issued on or about 23 January 2015 for downloading at the Government's website; https:\\www.fbo.gov. No paper copies will be issued. The site visit/pre-bid conference date, time and location will be identified in the solicitation. Interested Bidders are encourage to attend and shall follow conference registration and access requirements identified in the solicitation. Project magnitude is between $5,000,000 and $10,000,000. This action is being solicited as a 100% total small business set aside. The North American Industry Classification System Code (NAICS) is 236220. The Small Business Size Standard is $33.5million. The government anticipates a firm fixed price contract resulting from this solicitation. The project has an anticipated performance period is 365 days after issuance of Notice to Proceed. The actual performance period will be identified in the solicitation Bid/Payment and Performance Bonds IAW with FAR PART 28.101-2, 28.102-1 and 28.106-1 are required. Your attention is directed to FAR Clause 52.219-14 Limitations on subcontracting which applies to the project and states quote mark by submission of a bid and execution of a contract, the Bidder/Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract not including the cost of materials, with its own employees quote mark. Interested bidders must register in System for Award Management (SAM) in order to be awarded a contract. To register You will need your DUNS number. https://www.sam.gov/portal/public/SAM. Instructions for registering are on the website. This procurement consists of but not limited to the following. 1. The project's scope of work consists of renovation of a 24,671 SF base supply warehouse and offices to house a Remotely Piloted Aircraft Remote Split Operations (RPA/RSO) unit. The building's functions fall into three main categories: RPA Support Operations Center (RPA OPS), which includes the RPA Operations Center Floor, GCS units and server room; Squadron Operations (SQUAD OPS), housing office space for the various mission support functions; and the Unclassified (UNCLASS) pilot rest and reconstitution area, which includes the toilet and shower facilities and sensor area.2. Hazardous materials: Asbestos containing materials have been identified in floor tile (non-friable) and boiler gaskets (friable). Lead based paint was found on doors and door frames and exterior bollards and railings, as well as the floor in existing room 102. These items will be remediated as part of this project. 3. Site work: Site work will include trenching for utility work, including a sanitary lateral near the southeast corner of the building, and new communications manhole on the south side of the building. Electrical work will be installed on the north side of the building. Trees, shrubs, and a mound located off the southeast corner of the building will be removed. A portion of Thunderbolt Drive that is northwest of building 6914 will require pavement marking and new quote mark no parking quote mark signs. New lockable swing gates will be installed at the three building access driveways. 4. Building modifications: a. RPA OPS: The RPA OPS walls include an existing masonry wall perimeter to be furred out with metal studs and two layers of gypsum board facing the interior. The exterior stud wall cavities will be filled to a depth of approximately 3 inches with spray foam insulation, integral vapor barrier and moisture retarder. The interior walls within RPA OPS will have two layers of gypsum board facing into the rooms. The walls in the toilet rooms will be finished with ceramic tile from the floor up to 5 feet. The walls will be painted gypsum board above 5 feet. A hard ceiling will be constructed along the bottom of the trusses within the space with foil and insulation above. The gypsum board ceiling is 10 feet above the floor. The floor area that includes the RPA Operations Center Floor, stationary GCS's, Crew in/out briefing, server room, communication support, and all hallways connecting the rooms, will be on a raised floor system 24 quote mark. The rest of the RPA OPS flooring will be finished with 2x2 carpet tiles except in the toilet rooms and break area, which will be finished with ceramic tile. b. SQUAD OPS: Walls within the SQUAD OPS area are primarily existing walls which will receive new gypsum board if not demolished. New walls will comprise of metal stud structure sandwiched between gypsum board. The existing ceiling will be removed and replaced with new gypsum board. The ceiling will retain its 8' height above the floor. The flooring will be finished with 2x2 carpet tiles in all offices. The corridors and vestibule will be a vinyl composition tile. The vestibule doors will be replaced with new storefront AT/FP doors. c. UNCLASS: New walls will comprise of metal stud structure sandwiched between gypsum board. The walls in the locker rooms will be finished with ceramic tile from the floor up to 5 feet. The walls will be painted gypsum board above 5 feet. Ceilings will consist of gypsum board, excluding the locker rooms, medical element, and hallways connecting the three, will be 10 feet above the floor. The locker rooms, medical element, and hallways connecting the three will retain their 8' height above the floor. The flooring in the medical office, pilot area, corridors, and MIC area will be finished with 2x2 carpet tiles. The locker room floors and kitchen area will be finished with ceramic tiles. The sensor area floor will be an athletic flooring and the PPE and janitor's closet will be an epoxy resinous flooring. All walls will be gypsum board on metal studs and typically will all be painted. Toilet rooms will have cement backer board and ceramic tile finish on the walls of the showers. The janitor's closet will receive a liquid glaze coat, in lieu of paint. The vestibule doors will be replaced with new storefront AT/FP doors. 5. Plumbing includes the demolition of existing toilet facilities in the Squad Ops area. New plumbing construction includes: a. RPA OPS: install two unisex restrooms with one water closet, urinal, floor drain and lavatory sink in each room. A double compartment sink will be provided in the break room area with a garbage disposer and goose neck faucet. Floor drains will be provided in the new Mechanical room. Install new exterior wall hydrant. b. SQUAD OPS: install new exterior wall hydrant.c. UNCLASS: New Men's and Women's Toilets and Locker rooms will be provided. All toilet rooms will have water closets, urinals in the Men's, sinks, showers, and floor drains. A double basin, stainless steel, deep bowl sink will be installed in the kitchen/break room area. ADA, bi-level electric water coolers will be installed in the area. Install new exterior wall hydrant. 6. Fire protection work includes removal of the existing fire suppression system to the water entrance, and removal of the existing fire detection and alarm system. From the existing fire entrance, a new fire protection system will be extended throughout the building.a. The entire building including the RPA OPS, SQUAD OPS, and UNCLASS aces will be protected by a wet pipe sprinkler system. The fire riser is located in the UNCLASS space men's rest room along the south wall in the sprinkler riser closet. The new system will be configured to accommodate floor plan layout throughout the building.b. The new Fire Alarm System will be combined with the new Mass Notification System. The new Fire Alarm System will be an addressable system and will be provided and installed in accordance with UFC 3-600- 01 Fire Protection and Air National Guard Design Policy (ANG ETL 01-1- 1). 7. The new HVAC systems will consist of a combination of water cooled computer room units and air handling units located indoors with multiple VAV terminal boxes to provide individual zone temperature control. Air handling units will be adjacent to the areas they serve to minimize duct runs. Existing fin tube radiation serving some exterior zones will be reused. 8. Electrical: a. The existing transformer on the north side of the building will be removed and a new pad mounted transformer will be located west of the building directly adjacent to the building's main electrical room. A new underground primary feed will be routed between existing utility pole #3 and the new pad mounted transformer location. b. General: The existing interior distribution system will be mostly removed and replaced with new, upsized equipment configured to meet mission critical program requirements. The building will be fed from a new 1200 amp (A), 480Y/277 volt (V) three phase main distribution system that will serve the electrical system via switchboards, distribution panel boards and branch panel boards located throughout the facility. The interior lighting will primarily consist of energy efficient T8 fluorescent fixtures with automatic controls and manual switches in individual offices, and larger open office areas to meet user group preferences. Areas larger than 100 square feet will be provided with multilevel controls to lower the lighting level by half. Communications rooms, electrical and mechanical rooms will be provided with industrial fluorescent enclosed strip lights with manual controls. c. RPA OPS: Automatic transfer switches (ATSs) will provide redundant paths for mission critical loads. Dedicated panelboards will serve the mission critical areas. Server room rack loads will be sourced from the government furnished uninterrupted power source (UPS). UPS configuration will affect specific arrangements of server room power distribution units (PDUs) and final rack connections. d. SQUAD OPS and UNCLASS: Distribution and branch panelboards will be fed directly from the main switchboard. Power to end-use loads is served from duplex receptacles, special purpose receptacles and equipment connections to accommodate space and equipment layouts. Where possible existing outlet boxes recessed in masonry wall will be reused. Surface mounted conduit will be utilized where new boxes are required on masonry walls to serve end-use loads. 9. Technology: New communications system raceway and wiring will be provided and installed in the building. a. Six Cabinets shall be provided in the RPA OPS server room and two free standing communications racks will be provided in Communications Relay Hub (CRH). The main raceway infrastructure for the communication system will be through cable tray and sealed conduit. All raceway from outlet to cable tray will be in conduit. b. Multiple secure and unsecure communications networks shall be provided in the RPA OPS area. There shall also be special high fiber optic cable locations in designated areas within RPA OPS. The SQUAD OPS area will have SIPRNet and NIPRNet outlets. UNCLASS will have NIPRNet outlets. c. New cable television system will be provided and installed in the SQUAD OPS and UNCLASS areas. d. New access control system raceway and devices will be provided and installed in the RPA OPS and SQUAD OPS areas of the building. Access control system raceway will consist of conduit from the head-end equipment [Premise Control Unit (PCU)] to the devices. Access control devices will consist of card readers, request to exit devices, motion detectors, status sensors, a premise control unit, software, UPS, fiber optic transceivers, tamper switches, fiber optic and low voltage cabling, and access cards. e. New Video Surveillance system and infrastructure will be provided and installed at the perimeter of the RPA OPS area in the building. Video Surveillance system will consist of cameras, digital video recorder, monitor, dedicated raceway, and power locations at each proposed camera location. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FBO) website on line at https://www.fbo.gov/. Registration instructions can be found at the FebBizOpps (FBO) website. Contractors who donot already have access to the secure site on FedBizOpps are advised that normal processing time to obtain access is 7 to 15 business days to obtain a MPIN password that will give them access to plans and specifications, which is located in the controlled access location on FBO. Bidders who have registered in FBO must access the data to this solicitation with their MPIN. This solicitation is a competitive sealed Bid and will follow FAR Part 14.4 award procedures. Award will be made on the basis of lowest bid received from a responsible bidder whose bid conforms to the solicitation which is most advantageous to the Government considering only price and price related factors. There will be a formal public bid opening. DISCLAIMER: The official statement/scope of work is attached to the pre-solicitation and the Government is not liable for information furnished by any other source. Amendments, if any, when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing. Therefore, it is the bidders responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for a bidders inability to access the documents posted on the referenced web pages. The bidder should refresh the page periodically when accessing. The government will not issue paper copies. All inquiries must be in writing, preferable via email to eva.p.lauchie.civ@mail.mil; All answers will be provided in writing via posting to the web or reply to the email inquiry. Place of Performance is Battle Creek Air National Guard Base, 3367 W Dickman Road Battle Creek MI 49037.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB15B2000/listing.html)
- Place of Performance
- Address: Battle Creek Air National Guard Base 3367 W Dickman Road Battle Creek MI
- Zip Code: 49037
- Zip Code: 49037
- Record
- SN03608948-W 20150107/150105234650-3c41142596245b76b10313181d812c52 (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 |