Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
AWARD

Z -- Building 499 Repair First Floor at KAFB

Notice Date
5/25/2023 12:49:05 PM
 
Notice Type
Award Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP23Q0026
 
Archive Date
06/09/2023
 
Point of Contact
GLENDA KOHLIEBER, Phone: 5754302486
 
E-Mail Address
Glenda.D.Kohlieber@usace.army.mil
(Glenda.D.Kohlieber@usace.army.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Award Number
W912PP23P0015
 
Award Date
05/25/2023
 
Awardee
EVERGREEN CONTRACTORS LLC NM 87107-4106 USA
 
Award Amount
249996.89
 
Description
This action was awarded as an 8(a) Sole Source Set-Aside under the authority of section 8(a) of the Small Business Act. The contractor shall furnish all parts, material, labor, equipment and supervision necessary to complete the work for Building 499 Repair First Floor Supervisor Office.� This project includes abatement of asbestos containing materials in flooring (1,203 S.F. approximately) and wall base. Contractor must remove flooring adhesive and prepare substrate to receive new finish floor. Contractor must remove all flooring and wall base. Existing wood base under the wall mounted Radiant Heater (convector) is to remain. Contractor must remove identified existing wall partitions in its entirety (64�-4� L.F. approximately). All electrical (5) and/or comm. receptacles (11), wires and conduit must be removed to the nearest j-box and/or panel. Contractor must remove existing surface mounted boxes and wire mold/conduits (15). Remove LAN cables back to comm. switch in its entirety. Remove phone line back to block in its entirety. Contractor must remove one wall mounted wood molding, frame and door covering existing large size electrical/phone wall recessed box. Contractor must survey and determine if any of the existing lines are active and re-route to ensure they continue to function properly. In this location an opening for a new door must be created. Contractor must take any and all measures to preserve undamaged the existing adjacent finishes to remain or not included in the scope of the project. Contractor must create openings in wall partitions (6) to allow for the installation of new doors and frames. Contractor must remove existing doors, frames, and hardware in their entirety (6). Identified existing electrical panel (P1A) to remain. Contractor must ensure necessary power for new devices can be provided from this panel. Identified existing data receptacles (14) to remain. Contractor must inspect and replace any broken cover plates to match new ones being installed. Identified existing electrical boxes (3) to remain. Contractor must inspect and ensure they are operational. If not, contractor must repair. Also, must replace any broken cover plates to match new ones being installed. Contractor must remove existing ceiling grid, ceiling tile (1,048 S.F. approximately), and lay-in 2�x4� light fixtures (16) with associated wiring, conduits, ballasts, and switches (4). Contractor must protect and suspend existing heat detectors (4) during the removal of the lay-in ceiling. They are to be reinstalled in the adjacent location as allowed by new lay-in ceiling layout. Contractor must remove existing ceiling fans (3) and associated wiring, conduits, and switches. Contractor must remove existing mechanical supply (4) and return air grilles (4) and associated duct work not needed to connect to the building�s HVAC system. Contractor must remove one existing mechanical supply and salvage to be relocated. New Construction Contractor must provide all labor and materials for the construction of new floor to underside of slab partitions (113 L.F. & 10�-0� high, approximately) at identified locations. Partition assembly must be 3-5/8� Steel Studs (20 GA), 3� of Acoustical Batt Insulation, one layer of 5/8� Type X gypsum board on each side, taped and mud (level 4), with one coat of primer and two coats of finish color (Dunn Edwards, semi-gloss, DEC785 Whisper Gray). Contractor must frame around the cover of existing wall mounted radiant heater unit (convector). Contractor must provide all labor and materials for the construction of new infill assembly (3�-0� wide by 7�-0� heigh approximately) for identified openings (5). Existing partition is 2x6 wood stud framing with �� gypsum board on each side per original structural drawings. Contractor must ensure infill partition width will match existing on both sides. Contractor must patch and prepare all existing wall surfaces to receive new finish. Paint color (Dunn Edwards, semi-gloss, DEC785 Whisper Gray) inside offices within the scope. Face of new wall assemblies outside the offices must match the adjacent paint color and texture. Contractor must prepare existing wall mounted Radiant Heater to receive new finish paint (Dunn Edwards, semi-gloss, DEC785 Whisper Gray). Contractor must provide all associated materials for the installation of new grouted hollow metal frames (7) with manufacturer�s finish color to match existing white, (7) new Birch wood door slabs (20 min. rated) pre-finished by the manufacturer , and (7) digital, battery-operated Cipher Locks with key override and lever handles. Contractor must provide and install new carpet tile (1,203 S.F. approximately). Shaw 24�x24� color Climate 75765, quarter turn installation method. Contractor must provide and install Rubber Wall base (396'-6"" L.F. approximately), Johnsonite 4�, 29 Moon Rock. Contractor must provide and install a new floor transitions (7) at each new office�s entrance (Johnsonite, color 29 Moon Rock). Contractor must provide and install new quad (16) and duplex (3) wall mounted power receptacles with conductors, conduit, boxes outlet and cover plates (stainless steel). Contractor is responsible for ensuring the existing infrastructure can support the additional loads and must comply with all UFR and latest NFPA National Electric code requirements. Contractor must provide and install all phone cable, data cable, and data ports with conduit in wall mounted receptacles. Contractor must provide and install new (9) four (4) port rj-45 face plate for new DREN, NIPR and phone, run cable in conduit in new wall. populate with one (1) DREN, cable to be cat 6 purple, one (1) NIPR and one (1) phone, cable to be cat 6 green. Contractor must terminate both ends of comm/data cable. All new comm and data cables must be run back to the nearest comm room. All cabling must be tested and labeled. Personnel performing the work must be BICSI certified. Contractor must ensure existing power and data/comm outlets to remain are functional. If not, contractor must repair. Contractor must provide and install new ceiling grid and tiles (1,048 S.F. approximately) USG, 2�x2�, Style Fissured/SLT, Donn DX Grid, Standard Finish, Color White. Contractor must provide and install (16) new LED light fixtures (Lithonia Acuity, 2VTL4, 2�x4�, Model 2VTL4 33 ADP EZ1 LP830, Color White) and switches (Lutron Maestro LED with Motion Sensor Dimmer Switch, Model MSCL-OP153M-WH, Color White). Contractor must provide and install (8) new HVAC diffusers and (8) return air grilles (white). Contractor is responsible for providing all calculations, materials, and labor necessary for the modification of the existing HVAC system to provide conditioned air in the repaired areas. Contractor is responsible for finding the most efficient path to connect the new mechanical appurtenances to the existing system. Contractor must re-install (1) salvaged HVAC diffuser. Contractor is responsible for providing all calculations, materials, and labor necessary for the relocation salvaged supply grill to provide conditioned air in the indicated area. Contractor is responsible for finding the most efficient path to connect the salvaged supply grill to the existing HVAC system. Contractor must test and balance repaired areas and provide a digital and hard copies of the report to RVOIF�s point of contact. Contractor must provide and install (2) new thermostats. One to control rooms 125, 126A, 126B, 127A, 127B, 128A, and 128B. The other to control room 129. Location to be determined in the field. Contractor is responsible for providing a device compatible with existing Building Controls and connect to the building�s Automated system if possible. Contractor must provide and install (3) heat detection devices and connect them to the building�s fire alarm system.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da299f3a5806444ab75bbde934ec1257/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN06693842-F 20230527/230525230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.