MODIFICATION
54 -- Pre-Frabricated Concrete Building
- Notice Date
- 3/9/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-15-R-0011
- Response Due
- 3/12/2015
- Archive Date
- 5/8/2015
- Point of Contact
- James D. Johnson, (913) 684-1624
- E-Mail Address
-
MICC - Fort Leavenworth
(james.d.johnson13@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM. The information received will be used within Department of Public Works, Fort Leavenworth, Kansas, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Department of Public Works, Fort Leavenworth, KS is seeking current relevant experience, personnel, and capability to supply and erect a pre-fabricated concrete building. Building (8 quote mark concrete) and windows shall be blast resistant. The building shall contain 2 ADA bathrooms, entry vestibule, waiting and processing area, 6 offices, break room, communications room, mechanical room, storage room and a janitor closet. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). Please include the following information: 1) Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable. For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/. 2) Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3) Experience: Submit a maximum of 5 government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in construction of pre-fabricated concrete buildings within the cost range of $100,000 and $1,000,000. For each of the contracts/projects submitted, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including two points of contact, phone number, and email address. E-mail files may not be larger than 3 Mega Byte (MB). Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired. Responses to this sources sought synopsis should be forwarded to the attention of James D. Johnson, MICC-Fort Leavenworth, please email your response to james.d.johnson280.civ@mail.mil. One copy of the submittal package is due no later than 10:00 AM (Central Time) on Thursday, 12 March 2015. Responses received after the deadline or without the required information will not be reviewed. Contracting Office Address: Mission & Installation Contracting Command Fort Leavenworth 535 Kearney Ave., Bldg 338 Fort Leavenworth, KS 66027 Point of Contact(s): James D. Johnson, 913-684-1624 ATTACHING NEW STATEMENT OF WORK STATEMENT OF WORK FOR Visitor Control Center PROJECT NO: quote mark GFEBS PROJECT # quote mark Fort Leavenworth, KS 4 March 2015 SW-1 DESCRIPTION OF WORK a.Work to be done: The work consists of furnishing all plant, labor, equipment, and materials to perform all work in strict accordance with the plans and specifications to provide and a Visitor Control Center. All work performed by the contractor shall result in a complete, functional system. b.Location: The site of the proposed work is the inside the Sherman Gate just west of the road, Fort Leavenworth, KS. SW-2 PRINCIPLE FEATURES The work to be performed includes the following principal features: a.Contractor shall construct a building that complies with the Department of Army standards for a six processor Visitor Control Center. The Visitor Control Center contains entry vestibule, waiting, and processing area, latrines, break room/training room, janitor closet, offices, provost marshal/MP office, mechanical/electrical room, and communications. The facility requires blast rated construction based on stand-off distances. a.Waiting: The space will have seating for visitors. b.Processing Area: The processing area will contain casework for processing operations. Provide plastic laminate casework with solid surface material countertops. (This may be accomplished with furniture.) c.Vestibule: Provide a harden structure with exterior and interior vestibule doors with panic hardware. d.Latrines: Provide privacy lockset. Provide STC 45 sound rated walls. The latrines shall be required to have one ABA/ADA accessible stall in each restroom with grab bars and toilet accessories mounted in accordance with ABA/ADA criteria. e.Break Room/Training Room: Provide latch set. Provide STC 45 sound rated walls. This room shall be equipped with standard data/voice drops and power receptacles. f.Offices: Provide office lockset. Provide STC 45 sound rated walls. Offices shall have a viewing window into the waiting area. Offices shall be equipped with standard data/voice drops and power receptacles. g.Provost Marshal/MP Office: Provide office lockset on interior door. Provide STC 45 sound rated walls. This office shall have a separate exterior door to allow removal of arrest individuals, exterior door shall have not exterior trim. h.Mechanical/Electrical Room: Provide entry doors with locksets (coordinating keying with DPW). i.Communications Room: Provide entry door with lockset (coordinating keying with DPW and NEC). j.Mechanical Yard: Concrete pad shall be installed to place mechanical and electrical equipment. This mechanical yard shall be fenced off to protect equipment. b.Structural: a.Main Building shall have: i.6 quote mark Slab on Grade ii.8 quote mark Precast Walls - 10' wide, 12' high 1.3.5 quote mark Spray-Foam Insulation iii. 5 quote mark Precast, Post Tension Roof Panels 1. 6 quote mark Spray-Foam Insulation iv. Tornado Rated Connections b.Main Entry: i.Vestibule: 8 quote mark CMU Walls - Fully Grouted ii.8 quote mark Precast Side Walls - 10' Wide, 9' High iii.5 quote mark Precast, Post Tension Roof Panels iv.Tornado Rated Connections c.Architectural a.Walls: i.Interior Partitions to be metal stud with quote mark Drywall ii.Wall Insulation - STC 45 Rated b.Floors: i.Main floor to be stained/sealed concrete ii.Office floors to be carpeted c.Ceilings: i.Offices/Break Room - 9'0 quote mark Suspended Ceiling System ii.Restrooms/Vestibule - 9'0 quote mark Drywall Ceiling System iii.Reception/Waiting - 11'0 quote mark Suspended Ceiling System iv.Communications/Mechanical Room - No Ceiling System d.Doors & Windows: i.Exterior doors and windows to meet AT/FP protection standards ii.Main entry doors to be ABAAG/ADA compliant iii.Door hardware to be compliant to Fort Leavenworth standards (7-pin/Best Core Compatible) iv.Mechanical Room and Communications Room locksets to meet DPW/NEC requirements. e.Finishes and Interior Specialties: f.Provide and exterior appearance that is consistent with the Installation's architectural theme. g.Interior Building Appearance: Provide the facility with a warm, comfortable, and professional environment through the appropriate use of building materials, finishes, fabrics, color and texture. Provide materials of high quality, functional, and easily maintained. Provide complementary building finishes and details. Finish and fabrics shall provide a completely integrated interior design. Coordinate the interior building appearance with the exterior building appearance. d.Plumbing requirements: a.Building shall tie into the sanitary sewer where necessary. Domestic cold and hot water are to be provided to all plumbing fixtures as required by code. Condensate drains from mechanical equipment are to be routed to a floor drain. Provide a sanitary drainage and vent system as required by code. Drinking fountains are required. b.Five fixtures per restroom c.Janitor Closet shall have a mop sink. d.Break room shall have a double bowl sink. e.Floor drains required in each restroom, janitor's closet and mechanical room e.Communications and Security Systems: a.Communication system shall be installed in accordance with the Technical Guide for Installation Information Infrastructure Architecture (I3A). b.Information Connectivity and LAN systems shall be installed in accordance with the Technical Guide for Installation Information Infrastructure Architecture (I3A). c.The Access Control Point shall have a CCTV system installed. CCTV cameras shall have sufficient resolution and wide dynamic range for real time assessment of activity detail. The CCTV system shall include digital video recording for all ACP video cameras. The video recording shall operate 24 hours per day and seven (7) days a week and shall retain all imagery for a minimum of seven (7) days. d.The Visitor Control Center shall have duress alarm capability that shall annunciate at the Central Security Monitoring Station. i.Duress buttons shall be protected and not prone to accidental activation. ii.Duress buttons shall be located within close proximity to all routine manned positions. iii.Duress button shall not be visible to the general public. iv.Telephone shall not be considered a duress device in their normal configuration. e.The Visitor Control Center shall be equipped with an intrusion detection system (interior & exterior). All interior doors that contain communication or security equipment shall be equipped with switches for intrusion detection as well as exterior doors. f.In-slab power/data/comm feeds to reception area. g.Break room/Training Room to have multiple ports for training. f.Provide cable television connections as required. g.Lightning Protection System??? h.Electrical requirements a.Lighting - Interior and Exterior Lighting Controller b.General Power 400 Amp Main Service- i.Provide power receptacles per NFPA 70 and in conjunction with the proposed equipment and furniture layouts. Provide duplex receptacles adjacent (at least 6 inches away) to each telecommunication outlet. ii.Provide power at reception desk for dual kiosks. c.Back-up Power i.Generator 1.Automatic start-up within 10 seconds after normal source of electric power fails. 2.Generator shall have an alternate fuel source and/or sufficient on-site fuel to maintain full-load operation for a minimum of 12 hours. 3.Status monitoring to include alarms for loss of normal power, generator malfunction, and low fuel. 4.The following loads shall be on generator power: a.Interior lighting b.Exterior lighting c.UPS ii.Uninterruptible Power Supply (UPS). The Visitor Control Center shall have one or more Uninterruptible Power Supplies to power critical security, Communications, and safety loads when the normal source of electrical power fails. The UPS shall provide a minimum of 10 minutes back-up power. The following loads shall be on UPS: 1.Primary communications systems 2.Duress alarm system 3.Computers 4.CCTV system 5.Intrusion Detection system (IDS) 6.Lighting 7.Access Control Equipment i.Heating, Ventilating, and Air Conditioning (HVAC) requirements: a.Install a Variable Refrigerant Flow system that complies with ASHRAE standards. b.Install an electric infrared heater in the entry vestibule. c.Install exhaust fans in restrooms. d.Mechanical yard to be fenced with a 6' high fence with a 6' double gate. Lock shall be provided by DPW. e.Contractor shall Test, Adjust, and Balance HVAC system through a certified firm and provide report to Government representative. j.Fire Protection requirements: a.Fire Alarm System b.Mass Notification???
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/10c6b1310f3f10b76464c360f5232230)
- Place of Performance
- Address: MICC - Fort Leavenworth 535 Kearny Ave Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN03662052-W 20150311/150309235415-10c6b1310f3f10b76464c360f5232230 (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 |