SOLICITATION NOTICE
Y -- Emerging Technology Integration Lab/Asymmetric Threat Protection Lab at Detroit Arsenal in Warren Michigan
- Notice Date
- 12/9/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-05-B-0005
- Response Due
- 2/1/2005
- Archive Date
- 4/2/2005
- Small Business Set-Aside
- N/A
- Description
- The Emerging Technology Integration Laboratory at Detroit Arsenal, in Warren, Michigan consists of the base bid to renovate and reconfigure an existing high bay shop area in the North end of Building 200D. The base bid for this project will consist of and enclosed SAP area (similar to a SCIF but with less stringent requirements) with a caged mezzanine level within and a walled SAP Lab under the mezzanine. The SAP area (ground floor approximately 1760 sq ft) will be a lab for military vehicles. The laboratory will be permanent construction with, concrete floor slabs, structural steel frames, and masonry veneer walls. Ceiling structure will be built in the SAP shop area below the existing Building 200D roof. The project will include HVAC systems for the SAP Lab under the mezzanine, electrical systems, security systems, fire alarm and suppression systems, and telephone systems. As part of the base bid, two walls shall also be constructed to enclose a sprinkler-piping riser and provide a location for mounting electrical panels. Demolition includes abatement and disposal of hazardous building materials (asbestos, lead based paint and miscellaneous items such as fluorescent lighting ballasts) that will be disturbed or removed during the project. The following options shall be bid for the project as indicated on the plans. Options may be awarded individually and may not be awarded in sequence. The government reserves the right to choose individual options in addition to the base bid when the contract is awarded. Bid Option #1 will consist of enclosing the mezzanine to create a SAP Control Room on the mezzanine level within the SAP area. A manlift shall be provided with this option for handicap access to the mezzanine level. HVAC and electrical lighting for an office type environment shall be provided with this option. Bid Option #2 will consist of providing a hi/lo panel door in the South wall of SAP Open Shop area. Bid Option #3 will consist of providing CMU walls up to a height of 12' to enclose an Open Bay Shop area. Enclosure of this area will include personnel doors and a rollup door to the Open Bay Shop. This option will also include compressed air drops, lighting, electrical outlets, security features and intercom systems for this area. Bid Option #4 will consist of providing a Mezzanine level in the Open Bay Shop to include structural framing, electrical, first floor lighting under mezzanine, and fire protection for the area under the mezzanine. Caging shall be provided to enclose the mezzanine level as part of this option. All areas within this option will remain open to the roof and will not be provided with heating or cooling other than that already provided in the building. Bid Option #5 will consist of enclosing the space underneath the Open Bay Shop mezzanine for a Mission Support room and providing HVAC to this enclosed Mission Support room and the SAP Shop Area. A compressed air station and electrical service shall also be provided with this option along the wall enclosing the Mission Support room. Bid Option #6 will consist of providing a vehicle exhaust system for the Open Bay Shop and the SAP Shop area. Bid Option #7 will consist of providing drywall wall section for the open Bay Shop area above the walls provided as Option 3. Walls will extend to the bottom of the existing Building 200 roof support structure. Walls will replace caging on two sides of the Open Bay Shop area mezzanine provided in Option 4. The Asymmetric Threat Protection Laboratory at Detroit Arsenal, Warren, Michigan, consists of the base bid for demolition of existing office space and construction of new Sensor Integration Laboratory and conference room space on an existing mezzanine in the north end of Building 200D for activities conducted by the Tank-Automotive Research, Development and Engineering Center (TARDEC). Two new stairways and a manlift will be p rovided for access to the mezzanine area. Demolition includes abatement and disposal of hazardous building materials (asbestos, lead based paint and miscellaneous items such as fluorescent lighting ballasts) that will be disturbed or removed during the project. Work under this contract also consists of the following options. Options may be awarded individually and may not be awarded in sequence. The government reserves the right to choose individual options in addition to the base bid when the contract is awarded. Bid option #1 consists of enclosing the South end of the existing mezzanine to create an Advanced Radar Test Laboratory. HVAC and electrical lighting and outlets shall be provided for this area as part of this option. Finishes shall not be provided on the ceiling or west wall of this laboratory for this option. Bid Option #2 consists of all work in Option 1 and including finishes on west wall of Advanced Radar Test Lab. Bid option #3 consists of providing 440 V power receptacles in the Advanced Radar Lab and Sensor Integration Lab and separate metering for this power supply. Bid option #4 consists of providing soldering hoods and vents in the Sensor Integration lab along with relieve air supply through the ceiling of the Sensor Integration lab for operation of the hoods. This project is available on compact disk or can be downloaded from the web. Project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated, or printed using Source View Reader. Both readers are contained in the solicitation package. Minimum system requirements are: 486- based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM, 4 MB hard disk space, and compact disk drive. To request the CD for this project and to register as a plan holder go to Internet site http://ebs.lrl.usace.army.mil/ebs/AdvertisedSolicitations.asp or through the District web site http://www.lrl.usace.army.mil/CT. FTP access is through ftp://ebs.lrl.usace.army.mil/ebs/. Questions may be addressed to pamela.l.kaelin@lrl02.usace.army.mil. The price range is between $1,000,000 and $5,000,000. Hubzone Price Evaluation preference will be applied to certified Hubzone Contractors. Solicitati on is to be issued on or about 27 Dec 2004 with proposal due on or about 1 Feb 2004, 2:00 p.m. local time. The NAICS for this project 236220 with $28,500,000 million size limit. This announcement serves as the advance notice for this project. There is a AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY.
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Country: US
- Zip Code: 40202-2230
- Record
- SN00719337-W 20041211/041209212030 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |