SOLICITATION NOTICE
Y -- Design/Build Improvements to Relocate Waterfront Facility
- Notice Date
- 7/8/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, ROICC Newport Naval Activities Building #1 Newport, RI
- ZIP Code
- 02841
- Solicitation Number
- N4008519R4640
- Response Due
- 8/1/2019
- Archive Date
- 8/16/2019
- Point of Contact
- Cam Ormiston 4018414442
- Small Business Set-Aside
- N/A
- Description
- This project consists of the design and renovation of B1901 that will house the Explosive Ordinance Disposal (EOD) Department, the design and installation of a temporary fabric structure and foundation to contain vehicles and equipment and the design and installation of an explosive ready service locker with secured perimeter. The functional requirements of the renovations of B1901 include office areas, dive locker, cage room, gear storage area, secure room, arms storage vault, toilet/shower room and kitchen lounge area. Modifications to the building will also include HVAC system upgrades, fire suppression/sprinkler and alarm upgrades, electrical upgrades, roof upgrades and building exterior upgrades. The repairs shall conform to the current seismic and life safety building codes, Architectural Barriers Act (ABA) standards, Leadership in Energy and Environmental Design (LEED) silver certification and EPAct 2005 energy policy. Provide a roof structure evaluation, lateral load analysis to determine if current seismic load requirements are met. The structural evaluation shall also determine if the existing structure can carry the load of solar panels. (Solar panels are not part of this project). Provide a hazardous material survey prior to the start of the design. Building 1901 was originally constructed in 1942. It is a wood frame building with slab on grade. The building exterior is wood shingle with the North wall made of brick façade. The roof has been repaired over the years and is a built up roof system. Building demolition includes interior partitions, the interior side of exterior walls and ceiling, select electrical, mechanical and plumbing systems, refrigerator rooms, the roof system down to the deck, brick chimney and existing package store sign. Hazmat abatement will be required as part of the demolition. Demolition shall also include the removal of the concrete slab and foundations at the exterior of the building down to 4 ft below grade. The building renovations shall include new windows and exterior doors, interior partitions, flooring, ceilings and wall finishes, fiberglass batt insulation in the roof cavity and fiberglass batt insulation in the exterior walls, moisture barrier on the inside of the roof and exterior wall structure, room ID signs with room number and description, new HVAC system, new fire alarm system, new electrical system, new telecommunications, security cameras and video monitoring of the vehicle gates and pedestrian gate, exterior lighting, interior PA system, wood siding and metal fascia repairs as required and painting the exterior of building including metal fascia. Modify the existing plumbing system to provide domestic cold and hot water, waste, and vent systems for toilet/shower rooms, kitchen, domestic water heaters, eye wash station, supply sinks, laundry, ice machine, janitorial closet and dive locker wash off station. Provide floor drains with automatic trap primers at all service sinks and floor drains. Provide domestic cold and hot water to two exterior hose bibs. Demolish all existing piping which is no longer required. In Part 6, the Navy has developed a concept floor plan that illustrates the client s functional requirements for the space. The designer shall review the room requirements, meet with client and develop three proposed interior layouts for the client to choose from. The building and fabric structure shall be connected to NAVSTA fire/rescue and security audible and visual alert system (Giant Voice Mass Notification System) Provide a temporary fabric structure. The structure shall be a fully enclosed structure, approximately 50 feet by 80 feet with a minimum interior wall height of 15 with lightning protection. Provide a full concrete foundation and concrete floor slab. The fabric structure shall be equipped with hot and cold water, fire protection and alarm system, compressed air, heating and ventilation, electricity, telecomm, lightning protection, and grounding. Provide insulation for the shell. Provide one overhead insulated door with vision panels, approximately 24 feet by 15 feet, two pedestrian doors and one double pedestrian door in the end panel. Ready Service Locker (RSL) location (as shown on the attached drawing) and installation in accordance with the Naval Ordinance Safe and Security Activity (NOSSA) and Department of Defense Explosive Safety Board (DDESB) requirements. Provide 11 x 11 reinforced concrete pad with a rain, wind and snow shelter. The area around the RSL to the fence enclosure shall be landscaped with a material that does not require maintenance. Provide a 10 concrete walk from the parking lot to the RSL. Provide grounding, bonding and lightning protection for the RSL in accordance with NOSSA. Provide a chain link fence enclosure with a 3 foot wide gate with intrusion detection system (IDS) security system. The Navy will provide the RSL. The contractor shall base the design on the Golan 15 . The project includes the following site improvements: reconfigure the roads and parking lot, widen the access drive, remove existing concrete dumpster pad, remove existing concrete sidewalks, provide stormwater management systems (LID) in compliance with RIDEM and CRMC, provide a new fire water service to the building, remove the existing underground fuel oil tank, provide primary and secondary electric service, provide telecommunication service and relocate the existing sanitary sewer within the site. Provide fencing to enclose the facility with a secure perimeter with a 3 cantilever slide gates and a pedestrian access swing gate. Provide a minimum 6 parking spaces adjacent to the building and 4 additional spaces within the site. Relocate trash dumpsters and pads used by B1903 and provide a dumpster concrete pad, sized for an 8yd trash and 8yd recyclable dumpster, with an enclosure. Site layout should also be designed to house a 20 storage unit. Provide site lighting to provide adequate and efficient lighting for the new site layout. Proposed site layout has been provided as a concept plan only. Designer shall discuss needs of the client prior to final design. Provide new unit identification signage in compliance with the NAVAL Station Newport Installation Appearance Plan. The contractor shall provide all labor, materials and equipment as needed to relocate, complete and ready for use, all GFE from Bldg 119 NUWC to B1901 and the fabric structure. A list of GFE is located in part 6. The funding for the fabric covered structure will be provided via Equipment from Other Appropriations . As such, proposals shall list costs attributable to the fabric covered building (to include steel structure, fabric covering, delivery to site, and erection) separately from all other construction costs, including demolition, excavation, foundation, utilities, mechanical and electrical systems and equipment, doors, site improvements, and landscaping. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NP/N4008519R4640/listing.html)
- Place of Performance
- Address: 1 Simonpietri Drive, Newport, RI
- Zip Code: 02840
- Country: US
- Zip Code: 02840
- Record
- SN05362727-F 20190710/190708230031 (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 |