Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
MODIFICATION

Y -- Hangar 5 Recapitalization, P-169, Naval Air Station Whidbey Island, Oak Harbor, WA

Notice Date
9/18/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-06-R-2109
 
Point of Contact
Eileen Mitchell, Contract Specialist, Phone 360-396-0902, Fax 360-396-0954, - Mona Carlson, Contract Specialist, Phone 360-396-0002, Fax 360-396-0954,
 
E-Mail Address
eileen.mitchell@navy.mil, mona.carlson@navy.mil
 
Description
THIS PRE-SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The Request for Proposal will be issued on September 29, 2006. A pre-proposal conference and site visit is scheduled for October 17, 2006. The proposal due date is scheduled for November 13, 2006. The NAICS Code for the solicitation is 236220. The size standard is $31,000,000.00. This is a design build project with a maximum funding limitation of $51,150,000.00. The estimate performance period for design and construction is 686 days from contract award. PROJECT TITLE: Hangar 5 Recapitalization, P-169, Naval Air Station Whidbey Island, Oak Harbor, WA PROJECT DESCRIPTION. The project includes all labor, material, equipment and associated costs to design and construct repairs/renovation to recapitalize Hangar 5 to meet Life Safety, Health, and Environmental requirements, including seismic repair, anti-terrorism force protection (ATFP) improvements, VAULT security requirements, and Navy Marine Corp Internet (NMCI) standards. All work is to be designed and constructed in accordance with sustainable design requirements. The recapitalization construction includes the following work: Replace the existing outdated and inefficient mechanical systems, HVAC system components, and electrical systems. Replace hangar bay space heating system with low intensity gas-fired radiant heating. Replace potable water supply and all plumbing distribution systems. Replace compressed air system and aircraft cooling system. Replace and upgrade the existing fire detection and alarm system, upgrade the sprinkler systems in non-aircraft maintenance spaces. Install a supplementary low-level (under-wing) fixed Aqueous Film Forming Foam (AFFF) system in the aircraft maintenance bays. Renovate the existing sanitary sewer system. Expand and upgrade the electrical power distribution system. Install a new elevator and new stair access, and improve existing stairs and building egress with emergency lighting and exit signage. Upgrade telecommunication distribution (data, voice, and video) systems. Provide Intercom System and mass notification system. Install security Close Circuit Television (CCTV) system. Reconfigure, repair, and modernize existing administration, training spaces, and restrooms. Renovate shop and squadron support areas on the east and west sides of the 1st and 2nd floors. Replace existing windows with laminated, insulated windows in accordance with ATFP requirements. Seismically retrofit the hangar to conform to current Federal Emergency Management Agency (FEMA) 356 Life Safety seismic standards. Replace hangar bay doors. Replace exterior cladding. Replace the 2nd floor roof in the center section of Hangar 5. Remove from Hangar 5 all asbestos containing material, remove or abate lead-based paint, remove transformers, lighting fixtures, and/or fixtures containing Polychlorinated biphenyls PCB and mercury. Provide new interior spaces for Information Technology, (IT) support. Construct new 2nd floor spaces on the east and west side of the hangar. Demolish six small contiguous ?R? buildings adjacent to Hangar 5. The Electronic Attack Weapons School spaces on the 1st floor in the center section of the hangar shall remain operational throughout the recapitalization of Hangar 5. Provide new parking south of Charles Porter Avenue across from Hangar 5 with parking access road to Charles Porter Avenue. SITE ANALYSIS Hangar 5 is located along Charles Porter Avenue at NAS Whidbey Island. The hangar is double fenced and security access is restricted. Concrete paved surfaces surround the hangar, and utilities are directed from Charles Porter Avenue to the hangar. A security fence and gate is located southeast of the hangar. Asphalt parking area exists between the existing fence and Charles Porter Avenue. Hangar 5 is an existing concrete structure with two barrel roofed bays spaced between multiple story shop and administrative spaces. The existing barrel roofed bays are constructed with precast-concrete roof panels overlain with Etylenepropylenediene (EDPM) roof. The multi-story spaces are constructed with reinforced concrete columns and floor slabs. The walls in the stairwells are typically infill concrete masonry unit (CMU) walls, and the interior partitions walls are constructed of metal lath. In the exterior wings of Hangar 5 the first floor rooms have a high-ceiling extending to the underside of the second floor. In these locations new 2nd floor spaces shall be constructed. Contiguous (nearby) to the hangar, on the west and on the north, are six one-story ?R? buildings to be demolished. These are identified as R-4, R-5, R-7, R11, R51, and R61. These are one-story portable buildings (1940?s) on wooden skids, with metal exterior roofs and walls. Hangar 5 site soils are contaminated with hydrocarbons. The Hazardous Material Sampling Report will be included in Part 6 of the RFP for further information. Site geotechnical reports will be included in the RFP. Hazardous Material Sampling: The contractor will be required to perform material sampling for waste designation and disposal. An AHERA (Asbestos Hazard Emergency Response Act) survey shall be required by the contractor in accordance with 40 CFR 763 and PSCAA (Puget Sound Clean Air Agency) to fully evaluate the presence and levels of asbestos during demolition. AWARD INFORMATION. The Government will award one Firm-Fixed Price contract resulting from this solicitation to the responsible, responsive offeror whose proposal conforms to the solicitation considered to be the ?best value? to the Government, price and non-price related factors considered. Offerors will be evaluated on: Factor I: Relevant Experience; Factor II: Past Performance; Factor III: Basis of Design; Factor IV: Management Capabilities; Factor V: Subcontracting Experience, Achievement and Goals; and Factor VI: Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; use of tradeoff processes when it may be in the best interest of the Government; to consider award to other than the lowest priced offerors or other than the highest technically rated offeror; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. Offerors should be advised THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted utilizing the most favorable terms and conditions. The solicitation, including plans and specifications, will be available for viewing and downloading at http://esol.navfac.navy.mil, upon issuance. Prospective Offerors must and should immediately register themselves on the web site. Amendments will be posted on the web site. This will normally be the only method of amendment distribution; therefore, it is the OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Offeror?s must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr2000.com. All inquiries should be submitted to Ms. Eileen Mitchell (360) 396-0902 or via email to eileen.mitchell@navy.mil.
 
Place of Performance
Address: Naval Air Station, Whidbey Island, Oak Harbor, WA
Zip Code: 98278-5000
Country: UNITED STATES
 
Record
SN01147236-W 20060920/060918221428 (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.