SOLICITATION NOTICE
Y -- ARNORTH Building 44 Renovation
- Notice Date
- 7/3/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G18B0036
- Archive Date
- 10/31/2018
- Point of Contact
- Douglas D Terrell, Phone: 8178861220
- E-Mail Address
-
douglas.d.terrell@usace.army.mil
(douglas.d.terrell@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Title: ARNORTH Building 44 2nd and 3rd Floor Renovation Classification Code: Y - Construction of Structures and Facilities NAICS: 236220 - Commercial and Institutional Building Construction Solicitation Number: W9126G-18-B-0036 Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Fort Worth FOR JBSA-Fort Sam Houston, San Antonio, Texas: Total Small Business Set aside, Invitation for Bid (IFB). Design-Bid-Build (DBB) for Building Construction which includes the repair of facilities at the ARNORTH Building 44 2nd and 3rd Floor Renovation, located at Fort Sam Houston, San Antonio, TX. The objective of this project is to renovate 2nd and 3rd floors of Building 44 at JBSA Fort Sam Houston to provide administrative space for Army North (5th Army) and to extend the useful life another 25 years. Building 44 is a 90,000 gross square foot (GSF), three-story building originally constructed in the early 1920s. The building underwent several expansion projects throughout the 1920s, 1930s, and 1940s and began to expand, vertically, in 1948 with the 2nd floor addition over the main building. In 1950, a major addition of the south, 3-story tower was constructed; and then in 1954, the last major expansion constructed the single-story addition on the south east corner of the building (Suite E). The current footprint of the building is substantially the same as it was at the completion of the 1954 addition, however there have been numerous interior renovations and building systems upgrades, with the most recent being a major interior renovation of portions of the first floor in 2016. The broad view of the current project is to renovate the building for administrative space for second and third floor. Specific scope element include: General space planning for the 2nd and 3rd floors to accommodate programmed functions. HAZMAT abatement (asbestos, lead and mold) New interior finish out (walls, doors, ceilings, floors, restrooms) Seal building envelope and repair windows Life Safety Code compliance for entire building. New fire protection systems (fire sprinkler, fire alarm, mass notification) Repair all existing elevators. New building systems (electrical, mechanical/dehumidification, plumbing, and communications). The design is being delivered as two separate design package, split by floor, with major work generally consisting of 2nd Floor renovation + Life Safety improvements + Fire Protection for 2nd and 3 floor Renovation package. The project will also include selective demolition which will include the removal of all exterior steel fire escapes, selective removal of interior wall, doors, spaces, and finishes; removal of all mechanical, electrical, plumbing, communications, and fire protection systems; hazardous material abatement; and removal of second and third story windows. It will also include exterior work that will include replacement of all windows on the 2nd and 3rd floors and inclusive of steel reinforcing at the jambs on the south and west sides for AT/FP, construction of new stair addition on the east side of the north area, and site concrete for mechanical equipment and sidewalk replacement as needed. It will also include interior work to include the interior finish-out of the facility and will include the layout of functional spaces, interior finishes, lighting, electrical power distribution, communications, plumbing, and mechanical ventilation / exhaust, fire sprinkler, fire alarm / mass notification, modernization of two existing elevators, and life safety. DFARS 236.204 Disclosure of the magnitude of construction project (ii) between $5,000,000 and $10,000,000 The IFB is anticipated to be issued on or about 18 July 2018, and bids due on or about 20 August 2018. A firm-fixed price contract is anticipated to be awarded using Lowest Price Technically Acceptable evaluation criteria. Anticipated contract award date on or about 30 September 2018. Anticipated project completion date is for second floor is 14 months from Notice to proceed. Anticipated project completion date is for second floor is 9 months from Notice to proceed. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fbo.gov/. The use of the website requires prior registration at www.fbo.gov/. Plans and specifications will not be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOpps web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. You may register with SAM at https://www.sam.gov/. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the FedBizOpps website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedBizOpps address after solicitation issuance at the following address: https://www.fbo.gov/Solicitation Number Contracting Office Address: Attn: CESWF-CT PO Box 17300 Fort Worth, Texas 76102-0300 United States Primary Point of Contact: Douglas Terrell, Contracting Specialist Douglas.D.Terrell@usace.army.mil Phone: 8178861220 Secondary Point of Contact: Patricia Jackson, Contracting Officer Patricia.A.Jackson3@usace.army.mil Phone: 8178861054
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18B0036/listing.html)
- Place of Performance
- Address: Place of Performance:, 1400 East Grayson Street, Fort Sam Houston, San Antonio, Texas 78226, United States, San Antonio, Texas, 78226, United States
- Zip Code: 78226
- Zip Code: 78226
- Record
- SN04978872-W 20180705/180703231132-817be8120c69fe62117e9e56f0a27719 (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 |