Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

Y -- Renovate Education Center

Notice Date
5/20/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Stewart, 976 William H Wilson Ave, Ste 100, Fort Stewart, Georgia, 31314-3322, United States
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-16-B-0013
 
Point of Contact
Sebrena M. Butler, Phone: 9127679033, Mary L. Hightower, Phone: (912)767-8472
 
E-Mail Address
sebrena.m.butler.civ@mail.mil, mary.l.hightower2.civ@mail.mil
(sebrena.m.butler.civ@mail.mil, mary.l.hightower2.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Renovation of building 128 into the Army Education Center IJO No. FN-6-2J TECHNICAL PROVISIONS GENERAL 1. DESCRIPTION OF WORK: 1.1 Work to be Done: The work covered by this contract consists of furnishing all plant, labor, materials and performing all operations required in connection with "Renovation of building 128 into the Army Education Center" complete in strict accordance with specifications and drawings. The work includes, but is not necessarily restricted to, the following items. 1.1.1 The renovation of building 128 consists of the demolition of most of the existing interior building components, windows, doors and roofing/roof decking of the 17,226 s.f. building leaving only the structural skeleton. The building will be reconstructed and additional square footage will be added. Upon completion the new facility will be approximately 20,932 s.f. and will house the Army Continuing Education System/Army Career and Alumni Program. In addition to the classroom spaces, computer labs, testing labs and offices, there will be office suites for four local college representatives. 1.1.2 The work includes, but is not necessarily restricted to, the following items. 1.1.4 SITE / CIVIL 1.1.4.1 Replace deteriorated sidewalks and add new as required. 1.1.4.2 Remove deteriorated asphalt parking lot at rear of existing building and provide a new paved parking lot. 1.1.4.3 Provide and install new lift gate parking lot control mechanism with card reader capabilities for existing rear parking lot. 1.1.4.4 Provide and install new "crush & run" gravel to existing parking area across the street from facility and rework parking lot entrances. Regrade parking area as necessary to provide proper rain water fall off. 1.1.4.5 Demolish all unused mechanical/fuel systems located at rear of building. 1.1.4.6 Provide and install new electric service, telephone service, data and cable television service. 1.1.5 STRUCTURAL 1.1.5.1 Add new bar joists to existing roof structure to compensate for load imposed by new rooftop HVAC units. Renovation of building 128 into the Army Education Center 1.1.5.2 Provide and install footings, c.m.u. walls and steel bar joists for new building addition. 1.1.6 GENERAL CONSTRUCTION 1.1.6.1 An ACM survey has been conducted by FS Environmental Division. The survey indicates that ACM is present in building materials throughout the existing building. A supplemental survey shall be performed to pinpoint hot locations and an ACM remediation plan shall be developed. 1.1.6.1.1 All ACM shall be removed, bagged, transported and dumped as prescribed by law. All FS Environmental Division procedures shall be followed and all requirements shall be met. See 4.4.3.1 below for further requirements. 1.1.6.2 Construct new metal stud/gypsum wall board walls throughout existing and new building shells to create classrooms, computer labs, testing labs, offices and other associated spaces. Existing and new c.m.u. walls shall be finished with gypsum wall board, rigid insulation board and metal furring on the interior side. 1.1.6.3 Interior finishes throughout facility shall be VCT flooring, carpet tile flooring, ceramic tile flooring/wainscot, rubber cove base, painted walls, gypsum wall board ceilings and acoustical tile ceilings. 1.1.6.4 Exterior doors/frames shall be painted galvanized H.M. Interior doors shall be stained S.C. wood with painted H.M. frames. Some doors shall have glass sidelights. Main entrance doors shall be aluminum storefront/glass. 1.1.6.5 Windows shall be fixed aluminum tube frames with insulated glass and shall meet the minimum blast mitigation requirements. 1.1.6.6 Existing and new exterior c.m.u. wall surfaces shall be painted and sealed. 1.1.6.7 Provide and install a new metal fascia on part of the facility. The fascia shall consist of metal stud under framing with aluminum composite panels over. 1.1.6.8 Provide and install a new rubber roofing system over rigid insulation board and metal roof deck on entire facility. 1.1.7 FIRE PROTECTION 1.1.7.1 Provide and install a new Fire Sprinkler System. 1.1.8 PLUMBING 1.1.8.1 All existing plumbing fixtures, kitchen equipment, boiler and domestic water lines shall be demolished. Existing sanitary lines shall be abandoned or reused as possible. 1.1.8.2 Install new domestic water distribution lines, sanitary lines, hot water heaters and plumbing fixtures as required by the construction documents. 1.1.9 MECHANICAL 1.1.9.1 Demolish all existing HVAC systems on roof, mechanical mezzanine, mechanical room, etc. Demolish all HVAC duct work, vents, piping, etc. 1.1.9.2 Provide and install (6) new rooftop package units throughout new facility complete with all necessary supply and return duct work, sensors and controls to provide a workable and balanced air tempering and distribution system. 1.1.9.3 Provide and install all necessary ventilation systems as required by code for restrooms, janitor's closet, kitchen areas, etc. 1.1.10 ELECTRICAL 1.1.10.1 Demolish all existing wiring, controls, power points, lighting, sub-panels, lighting panels and main panels throughout building. All electrical components for new facility shall be new. 1.1.10.2 Provide and install a new MDP, step-down transformers and subpanels throughout facility as required per the construction documents. 1.1.10.3 Provide and install all new power distribution wiring throughout facility per the construction documents and code requirements. 1.1.10.4 Provide and install all new lighting and controls throughout facility per the construction documents, lighting level standards and code requirements. 1.1.10.5 Provide and install all new data (networking) cables and equipment racks throughout the facility per the construction documents, User's requirements and the NEC's standards. Renovation of building 128 into the Army Education Center 1.1.10.6 Provide and install all new telephone lines throughout facility per the construction documents and the User's requirements. 1.1.10.7 Provide and install all new wiring, controls and equipment throughout the facility to meet Life Safety requirements. 1.1.10.8 Provide and install all new wiring, controls and equipment throughout the facility necessary to meet the Installation Mass Notification requirements. 1.1.10.9 Provide and install all new wiring, controls and equipment throughout facility for a workable IDS. Contractor to coordinate work efforts/responsibilities with FS Physical Security Division. 1.2 ADDITIVES 1.2.1 N/A 1.3 Government Furnished - Government Installed (GF-GI) Furniture and Equipment: 1.3.1 N/A 1.4 Government Furnished - Contractor Installed (GF-CI) Furniture and Equipment: 1.4.1 N/A 1.5 Contractor Furnished - Contractor Installed (CF-CI) Furniture and Equipment: 1.5.1 N/A 1.6 WORK BY OTHERS: The Contractor shall afford the Government and separate contractors' reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall connect and coordinate his work with theirs as required by the Contract Documents. 1.7 DRAWINGS AND SITE VISITS 1.7.1 The drawings indicate the extent of the general location and arrangement of existing conditions. It is strongly recommended that the Contractor visit the site to determine the complexity of the work and the amount of material required to perform this project. Field measurements may be necessary to determine the size and quantity of materials. Conditions which are obvious/visible or which should be reasonably anticipated by the Contractor on inspection will not be considered under the Differing Site Conditions provision of the contract. 2. CONSTRUCTION CONSTRAINTS 2.1. Time of Performance 2.1.1 Access to Buildings - All work requiring access to building interiors excluding attics, crawl spaces, etc. and all other work shall be performed between 7:30 a.m. and 4:00 p.m. excluding official holidays, unless otherwise indicated or approved by the Contracting Officer. Requests to work during other than these normal hours shall be made in writing at least 36 hours in advance. For example, a request to work on a Saturday should be made no later than noon on Thursday. 2.1.2 Work Requiring Outages - Work requiring outages of utilities or building systems will be accomplished in accordance with prior approved schedules. 2.2. Outages - The contractor's work requiring outages of utility or building systems will require 15 day advance notice and will be subject to the approval of the Contracting Officer. Notice shall include type of outage, date, and time outage will commence and estimated duration of outage. 2.3. Continuity - All tools, labor, and materials required to complete any item of work within a given work area or requiring an outage of any building utility or system, shall be available at the site prior to commencement thereof. Once work has commenced on an item of work said work shall be continuously and diligently performed to completion and acceptance. 2.4. Road and/or Railroad Closures - Road and/or railroad closures will require a 15-day advance written notice and be subject to the Contracting Officer's approval. Notice shall state reason for closure, date and time closure will commence and estimated duration of closure. A sketch shall be provided showing location of closure area and placement of barricades and signs. Closures shall be limited to a maximum of 5 calendar days. 2.5. Fire Zone - The contractor is required to provide 72-hour notice to the Contracting Officer prior to the final programming of the fire zone information at the main fire station. 3. CONSTRUCTION ACTIVITIES: 3.1 Contractor shall submit a Safety Plan and Construction Schedule to the Contracting Officer's Representative (COR) 10 days in advance of any construction activities to arrange specific schedule for performing work as required by this Contract. 4. FACTORS AFFECTING PERFORMANCE UNDER THIS CONTRACT: 4.1 The Contractor shall coordinate use of the site for access, staging, and parking with the Contracting Officer. 4.2 Contractor shall be responsible for limiting access of his employees and subcontractors to the area of work defined in the Contract. Contractor shall not have access to restrooms and amenities such as vending machines unless granted permission by the Contracting Officer. 4.3 Contractor shall maintain haul routes to and from the job sites and the borrow pits, to include the borrow pit. In addition it is the contractor's responsibility to meet all Local, State and Federal regulations for the operation of a borrow pit. Contractor shall control runoff and erosion on all excavation and backfilling operations. 4.4 FSGA/HAAF has a mandatory recycling program. Unless otherwise specified, the Government retains all salvage rights. Contractors shall recycle construction & demolition debris as required by the Installation's recycling clause, 52.000-4061: RECYCLING, SALVAGE, AND DISPOSAL OF MATERIALS FORT STEWART AND HUNTER ARMY AIRFIELD. Source Reduction is required to reduce the initial input to the solid waste stream. Ensure minimum packing and packaging materials are used for items shipped to the Installation. Also, all military construction, renovation and demolition projects shall include performance requirements for a 60% minimum diversion of C&D waste by weight. Contractor must provide all weight tickets to demonstrate meeting the performance standard. Specifications must include submission of a contractor's C&D Waste Management Plan. Concrete and asphalt material shall be hauled and disposed of off of government property. Recycle materials will be broken down when delivered to the Recycling Center (to include metal equipment). Scrap metal will be cut down to no larger than 4 square feet in size. 4..4.1 REQUIRED SUBMITTAL ITEM: The Contractor shall (a) submit a C&D Waste Management Plan (b) submit copies of all disposal weight/landfill scale tickets to the COR as described in the Referenced Recycling Clause for any off-post disposal or approved Contractor-retained salvage items within 10 days of removal; and (c) turn in all recyclables generated during the entire term of the Contract (unless otherwise approved for off-site disposal/salvage). Contractor, through COR, will coordinate with the DPW Environmental Division (912-767-2010 or 767-8880) to arrange for turn-in of recyclable/salvageable materials. 4.4.2 Chillers, pumps, HVAC units, and similar equipment must be logged on an applicable inventory/certification document prior to turn-in to recycling yard (on DD Form 1348). The form will be used to track the removal of units from facilities, refrigerant removal certification (if applicable), and a chain of custody from removal technician thru supply manager to recycling technician. The serial number and facility number will be listed on each form and one form may contain more than one like item. Recycling Yard personnel will verify document to items turned in, sign the document, and retain a file copy. Contractor shall submit this form to the KO. Additionally, damaged HVAC system may be accepted as scrap metal at the FSGA Recycling Scrap Metal Yard, Building 1143, or the HAAF Recycling Yard, Building 728, provided any and all freon has been certified as being removed from the system. 4.4.3 Toxic Substances Control Act (TSCA) Requirements 4.4.3.1 Asbestos Containing Materials (ACM) 4.4.3.2 If ACM will either be disturbed or removed, the contractor must perform asbestos abatement, containment, disposal and a 10-day notification to the Georgia Environmental Protection Division (GA EPD), as required by the Georgia Asbestos Safety Act, Official Code of Georgia Annotated Section 12-12-1. The disposal of ACM must be in accordance with both the GA EPD and Occupational Safety and Health Administration regulations. 4.4.3.3 REQUIRED SUBMITTAL ITEM: The Installation TSCA POC (Craig Christopher at 912-767-1234 / Craig.W.Christopher.civ@mail.mil) must be provided a copy of the 10- day notification at the time the contractor informs GA EPD of their intent to properly abate the ACM. A copy of the Georgia asbestos shipment record must also be provided to the TSCA POC. 4.4.3.3.1 Lead-Based Paint (LBP) 4.4.3.3.2 If survey results, as reviewed by the Installation TSCA POC (Craig Christopher at 912-767-1234 / Craig.W.Christopher.civ@mail.mil), indicate LBP removal is necessary, the contractor will be required to collect, contain, and dispose of the LBP off-Post in accordance with local, state, and Federal regulations. The contractor will be required to provide the dispos al manifest to the TSCA POC. 4.4.4 REQUIRED SUBMITTAL ITEM: LBP survey must be provided to the TSCA POC, as applicable. The LBP disposal manifest must be provided to the TSCA POC if LBP removal was determined necessary by the TSCA POC 4.4.4.1 Installing Storage Tanks on Fort Stewart and Hunter Army Airfield 4.4.4.2 Underground Storage Tank Moratorium. 4.4.4.3 The installation of any underground storage tank and associated piping for the purpose of containing regulated and/or hazardous substances is strictly prohibited in the case where at least 10% of the total volume (tank + piping) is below the surface of the ground. Similarly, tanks in vaults for the purpose of installing tanks below grade are not acceptable. 4.4.4.4 Design Requirements for Aboveground Storage Tanks 4.4.4.5 Provide appropriate secondary containment (40 CFR 112.8(c)(2)). All aboveground storage tanks used for the purpose of storing regulated and/or hazardous substances must be double-walled. In order for a tank to be considered double-walled, the interstitial space between the inner and outer wall must be able to be inspected visually or the interstitial space must be equipped with a sensor capable of alarming in case of liquid in the interstice (access to the interstice must also allow for the periodic removal of liquids). 4.4.4.6 Provide tertiary containment (in accordance with 40 CFR 112.8(c)(3)). All aboveground storage tanks must be placed on an impervious diked concrete housekeeping pad designed to catch spills caused from transferring substance to/from the tank. This housekeeping pad must come with a valve that allows for the discharge of rainwater from the diked pad after a visual inspection has been done to determine that the water is clean. 4.4.4.7 Provide Instrumentation (Provide good engineering practices to avoid unwanted discharges, 40 CFR 112.8(c)(8))) 1. All aboveground storage tanks must come with a high liquid level alarm that emits both an audible and visual signal to alert operators that the tank must be emptied before further use. 2. The tank must also be equipped with a level gauge that allows for determining the level of liquid in the tank. 3. In the case of any tank equipped with a pump for the purpose of dispensing of a stored substance, the pump must have an automatic cutoff to prevent overfilling of a container. 4.4.4.8 Provide Labeling. All above ground storage tanks should be labeled IAW all applicable local, state, federal laws, or industry standard. At a minimum, the tank should display an appropriate hazard warning, material ID, and storage capacity. 4.4.4.9 Removing Underground Storage Tanks (USTs) on Fort Stewart and Hunter Army Airfield 4.4.4.10 Tank Removal. Note to ENGINEER - The Georgia Underground Storage Tank Management Program (GA USTMP) requires the removal of tanks after they have fulfilled their useful purpose and have been out of service for a period of twelve (12) months. Be aware that some tanks do NOT meet current tank standards but have an exemption from those standards based on their current use (e.g, heating oil tanks). If the use changes, those exemptions may no longer apply and the tank must be removed and if still needed will require replacement with an above ground tank. 4.4.5 Removal must follow the standards for removal and closure of registered tanks as outlined in the Georgia Underground Storage Tank Management Program (GA USTMP) guidance document (ref GA Rules 391-3-15-.11). As a minimum oil samples must be taken and analyzed from the excavated pit's walls and floor. A groundwater sample must be taken if a soil sample is not possible from beneath the UST. Soil and groundwater samples must be tested for benzene, toluene, ethylbenzene and xylenes (BTEX), total petroleum hydrocarbons-diesel range organics (TPH-DRO), and polynuclear aromatic hydrocarbons (PAHs). The USTs and associated piping must be removed and triple rinsed with water. Rinse water must be containerized (in drums or a tank) and analytical testing conducted by a certified Georgia laboratory, so the product can be correctly coded/classified on a Non-hazardous Manifest signed by an authorized representative from the Installation DPW Environmental Division. Disposal of materials (soil/rinseate) must be coordinated with the Installation DPW Environmental Division.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c00e8a6d3a02c243eaab1c47e624d8f)
 
Place of Performance
Address: MICC- Fort Stewart, 976 William H. Wilson Ave Ste 100, Fort Stewart, Georgia, 31314, United States
Zip Code: 31314
 
Record
SN04124038-W 20160522/160520234223-4c00e8a6d3a02c243eaab1c47e624d8f (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.