Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2018 FBO #6066
SOLICITATION NOTICE

Y -- Construct Hydrazine Facility (MATOC ONLY) - SF1442

Notice Date
7/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 411TH CSB (W90VN6) RCO OSAN, Unit #15289, APO, Non-U.S., 96205-5289, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W90VN618R0027
 
Archive Date
8/9/2018
 
Point of Contact
Chaeyong Yi, Phone: 3157848977
 
E-Mail Address
chaeyong.yi5.ln@mail.mil
(chaeyong.yi5.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Submittal Register Particular Specifications Drawings Solicitation 2. SCOPE OF WORK (SOW): All works shall be in accordance with the attached particular specifications and drawings. a. Civil Works: 1. Install security fence (Approx. 72" height, 316 LF) and double swing gate (Approx. 16' width) with galvanized fabric chain link fence conforming to ASTM A392. Install 3 stands barbed wires on the top of fence. (Approx. 316 LF) All fence posts must be frangible and maximum impact load shall be upon sudden impact (approximately zero rise time), the structural system must be designed to fail at a peak force of no higher than 2275 kilograms (5000 pounds) acting for approximately 0.008 second (8 milliseconds) and absorbing not more than 949 joules (700 foot-pounds) of energy. (See details, C-3) 2. Provide Portland Cement Concrete (PCC) pavement within the area enclosed by chain link fence. (Approx. 5,200 SF, Thk. 5.5" Min) (UFC 3-250-01) 3. Install new access road and Connect access road to adjacent existing road. (Approx. 2,500 SF) AC pavement. (See details, C-3) 4. Install steel guard posts with concrete encasement. (15 EA, 8" Diameter, 4' height) (See details, C-3) 5. Provide PVC (Poly Vinyl Chloride) water lines to connect existing water line. Provide new fire water line (Approx. 50 LF, 6" diameter) and new water line (Approx. 50 LF, 2" diameter) tapping from adjacent existing 10" diameter water line and connect to new facility mechanical room. Install 2 EA gate valve and 2 EA post indicator valve with valve boxes. (See details, C-3) 6. Install HVAC (Heating, Ventilating, and Air Conditioning) equipment concrete pad next hydrazine facility (Thk. 6" Min, Size as required) (Location: See site plan, C-1). 7. Provide sanitary PVC pipe line. (Approx. 35 LF) Install a septic tank. (Approx. 1,000 gal) Provide 2" diameter PVC sewer pipe from the building and connect to new septic tank as indicated in site plan. 8. Provide concrete ditch with steel grating (Approx. 280 LF, 12" width) and concrete covered ditch. (Approx. 20 LF, 12" width) Install 1EA surface inlet with steel grating. Connect drainage pipe with adjacent box culvert. (Approx. 20 LF, 18" Diameter) 9. Provide sodding work to restore existing condition in accordance with UFC 3-201-02 b. Architectural Works: 1. Remove existing DFP bunker structure in the site and excavate ground, perform compaction for ground improvement, lay granular fill and vapor barrier for footing and foundation in accordance with contract drawing, approved proposal submittals and specifications. Perform ground improvement if needed according to the geological survey report that contractor is supposed to submit. 2. Install concrete continuous footing, stem wall, slab on grade, stoops, tank/equipment pads including steel reinforcing bars, 4ea steel guard posts for roll up doors and trench drain with open stainless steel grate cover in accordance with contract drawing, approved proposal submittals and specifications. 3. Install walls/openings including EIFS (Exterior Insulation Finish System, drainable type) in accordance with contract drawing, approved proposal submittals and specification. Exterior wall shall be made of reinforced concrete considering seismic requirements in the contract drawing and structural calculation report which is supposed to submit after award. 4. Install doors/frames, louvers, roll-up doors and windows including all hardware in accordance with contract drawing, approved proposal submittals and specification. 5. Install gypsum board suspended ceiling system in R-102, 103 and 104 in accordance with contract drawing, approved proposal submittals and specification. 6. Install steel roof frames, SSMR (Standing Seam Metal Roofing) system, fascia, coping, flashing, rain gutter, downspout, splash blocks and insulation in accordance with contract drawing, approved proposal submittals and specification. 7. Provide fire extinguisher cabinet and Clean Change Room including ceramic wall tiles, mosaic floor tiles, shower booth, vanity cabinets/countertops, wooden bench and toilet accessories in accordance with contract drawing, approved proposal submittals and specification. 8. Apply paint/coating to the building entirely in accordance with contract drawing, approved proposal submittals and specification. Install interior/exterior signage in accordance with user and BCE directions. c. Mechanical Works: 1. Provide HVAC systems such as make up air unit with electric duct heating coil, exhaust fans, electric heaters, and all associate duct, piping, insulation, sensors, accessories, parts and control as shown on the drawings and the particular specifications. 2. Provide plumbing systems such as High Density Polyethylene (HDPE) containment tanks, electrical water heater, backflow prevention, and water pressure reducing station, plumbing fixtures, emergency shower and eyewash station, electric heat trace and all associate water and sewer piping including acid resistant drains and vents, insulation, sensors, accessories, parts and control as shown on the drawings and the particular specifications. 3. Provide HVAC commissioning and Testing, Adjusting and Balancing (TAB) report. 4. Provide automatic wet pipe fire sprinkler system including interface with fire detection and alarm system, and all associate piping, accessories, parts and control as shown on the drawings. 5. Provide fire extinguishers of a type approved for use in combating hydrocarbon fuel fires in regulated areas. 6. The testing of fire sprinkler system shall be performed after installation and got approval from the Fire Station representative at Osan AB. d. Electrical Works: Lighting System 1. Install Lighting fixtures, pendant type, Hazardous Location Class 1, Division 2, Group C as shown on the drawing E-3 2. Install fluorescent lighting fixtures, surface mounting type, weather proof 3. Install fluorescent lighting fixtures, same as above except with emergency battery 4. Install wall mounting type on top of entrance door 5. Install lighting fixtures, same as above #1, lighting fixture except emergency battery 6. Install EXIT light, factory sealed explosion-proof housing, Class 1, Div. 2, Group C 7. Install LED EXIT light 8. Description for all lighting fixtures, see LUMINAIR SCHEDULE on the drawing sheet number E-4 9. Install tumbler switches, 3-way, "EP" type in the room #101 as shown on the drawing 10. Install tumbler switch, "EP" type in room#100, and #104 11. Install tumbler switch, 3-way, general type in room #103 12. Install tumbler switch, general type in room #102 13. Install lighting panelboard "LP" in room #102 with panelboard schedule as shown on the drawing #E-4. Load schedule is not 100%. Contractor shall develop 100% load schedule. 14. Install lighting contactor on the wall in room 102 as shown on the drawing 15. Indicate the conduit, wire size, and circuit number on the drawing according to the 100% panelboard schedule. Power System 1. Replace existing radial type transformer T1768, 3PH, 200kVA, 13.8kV-208/120V with 225kVA loop type transformer to feed the power to new 112.5kVA pad mounted transformer. 2. Install new loop type transformer 3PH, 60Hz, 13.8kV-208Y/120V, 112.5kVA w/concrete pad as indicated on the drawing 3. Install the underground ductbank w/concrete encasement 2-way of 125mmPVC SCH 40, 1-way 15kV, XLP, 3-#1 and spare 1-way for primary of 112.5kVA transformer 4. Install underground secondary line of new transformer 112.5kVA to panelboard "LP" in room #102, 4-#400 kCMIL in 103mm dia. PVC SCH 40. 5. Install magnetic motor starters, manual motor starters and disconnect switches for mech equipment. Disconnect switches shall be provided to every mech equipment. Disconnect switch or built-in disconnect switch is acceptable. 6. Install receptacles as shown on the drawing. 7. Install Watt-Hour Meter and Current Transformer(CT) cabinet. Telephone 1. Install telephone outlet box on the wall in room #104 as shown on the drawing. 2. Install telephone terminal box on the wall in room #104 as shown on the drawing. 3. Install one (1) underground empty conduit from telephone terminal box to exterior wall. 4. Install explosion-proof telephone. Grounding/Lightning Protection System 1. Install grounding system as shown on the drawing 2. Static grounding system shall be provided. 3. Lightning protection system shall be provided on the roof for this facility. 4. Down conductor and ground test well shall be installed at each corner of facility. 5. Connect down conductors into the building ground grid. 6. Air terminals are 24" length. 7. Install the ground ring in accordance with UFC 3-550-01. The ring to be installed at a minimum depth of 30 inches (762 mm) rather than the minimum 18-inch (457 mm) depth required by NFPA 780. 8. Bond metallic objects that are within the hazardous areas and within 10 ft (3 m) of a LPS to the nearest LPS down conductor. Bond metal frames of doors and windows within hazardous areas to the LPS. Bond doors to metal frames using flexible braid- type copper conductors. Where tested resistance is less than 1 ohm between doors and door frames, and a test plan is maintained identifying that location, a flexible braid-type copper conductor connection is not required. 9. Down conductors and roof conductors needing high compression or exothermic-weld type connectors. 10. UFC 3-575-01Lightning and Static Electricity Protection Systems and NFPA 780 will be applied. 11. All components for lightning protection/grounding system shall be UL listed. Fire Alarm System 1. Install Fire Alarm Control Panel, addressable, semi-flush mounted w/built-in digital communicator, 127points built-in, 120/240VAC, support Class A configuration w/batteries (2EA), battery cabinet as shown on the drawing. 2. Fire Alarm system in room #100, #101, and #104 will be explosion-proof type, Class 1, Div. 2, Group C. 3. Building Transceiver provide with MONACO BT-XM type. 4. Install duct smoke detector, "EP" type with addressable mini input module. 5. Install vapor detector "EP" type as shown on the drawing 6. Install manual pull station "EP" type with addressable mini input module 7. Install manual pull station with addressable mini input module 8. Install fire alarm strobe "EP" type 9. Install fire alarm horn "EP" type 10. Install fire alarm strobe 11. Install addressable input module 12. Install building transceiver MONCO BT-XM COMM/FO CABLE WORK 1. Install concrete encased 2 x 4" conduit from manhole 1763 to Hydrazine facility. One 4" conduit will be installed with two (2) of 3 cell Maxwell innerducts and the other is spare with pull cable. Splicing and pull the copper cable CA15, 25pair from MH 100‐6 to new facility thru HH111, HH110, HH109, and MH1763 as shown on the drawing. Splicing and pull the fiber optic cable SM, 12core from MH1763 to new facility as shown on the drawing. 2. New ducts, comm cabinet, and copper/fiber splicing kit must follow the base comm installation standard (Tab-K). 3. Install the telephone terminal cabinet "TTC" with plywood backboard 96"x48"x3/4"thk, NEMA 1 enclosure include 1-25pair terminal block, telecomm ground bus bar (TMGB)-1EA, surge protection type quadruplex receptacle 2P-3W-20A-125V--1EA. 4. The site condition will be same as before with surrounding environment after excavation, backfill work performed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6a4444b3bfbfe7d8f946b5e20e728385)
 
Place of Performance
Address: Osan AB, Korea, South
 
Record
SN04975827-W 20180703/180701230029-6a4444b3bfbfe7d8f946b5e20e728385 (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.