Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
MODIFICATION

X -- Lease of Modular Office Space

Notice Date
4/19/2007
 
Notice Type
Modification
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
32542-6862
 
Solicitation Number
FA2823-07-R-0015
 
Response Due
4/30/2007
 
Point of Contact
Michael DeNamur, Contract Specialist, Phone 850-882-0339, Fax 850-882-1680, - Gregory Parry, Contracting Officer, Phone 850-882-8113, Fax 850-882-4916,
 
E-Mail Address
michael.denamur@eglin.af.mil, gregory.parry@eglin.af.mil
 
Description
THE PURPOSE OF AMENDMENT 2 IS TO LET POTENTIAL INTERESTED VENDORS AWARE THAT A FLOOR PLAN FOR SCENARIO 1 WILL BE MADE AVAILABLE UPON EMAIL REQUEST. FLOOR PLANS FOR SCENARIOS 2 AND 3 ARE NOT AVAILABLE. IF YOU DESIRE COPY OF THE FLOORPLAN FOR 8,500 SQUARE FOOT FACILITY - PLEASE REQUEST BY EMAIL TO michael.denamur@eglin.af.mil (Mike DeNamur, Contract Administrator). Thank you! lowing submittals are required: a. Preliminary Design (approximately 35% design), 3 Sets, one half size drawings and design analysis. Submittal date is TBD. b. Final 100% Design Submittal, 2 Sets, Original drawings, (no mylar copies accepted), 2 copies of final specifications, final design analysis and, drawings on discs with 2 copies of the entire specifications on discs. Submittal date is TBD. c. PREPROPOSAL/PREDESIGN CONFERENCE: The Contractor shall contact the 796 CES/CEOCD Project Manager Mr. Eugene Moorer, Jr. at 883-1392 to establish a conference date to include a site visit upon receipt of the request for proposal. d. REVIEW PERIOD: The submittals will be reviewed at an on board conference at Eglin, attended by 796 CES/CEOCD architects, engineers, the user and the designer. Date of the conference to be determined. e. CONSTRUCTION DRAWINGS: The Contractor shall have available all construction drawings of the facilities.. 3.3.2 Construction Requirements. Re-locatable buildings shall meet at a minimum, but not limited to, the following requirements. 3.3.2.1 Sizes/dimensions. - (8,500) SF Administrative Facility - Open Administrative area (44) persons - (4) Admin Offices - (1) Conference Room (15) persons - Men and Women Restrooms (as required) - (1) Break/Staff Room - Mechanical Room (as required) - Communication Room (secure) - Electrical Room (as required) - Storage (as required) 3.3.2.2 Occupant Load. (50) persons 3.3.3 Exterior Utilities and Site Work. 3.3.3.1 Site Work. Disruption of the site shall be kept to a minimum. All areas disturbed by the contractor’s operations shall be restored to its original condition at no cost to the government. The contractor shall provide topsoil and seeding where required to fill all depressions and to insure proper site drainage. 3.3.3.2, Steps, and Landings. The contractor shall provide all necessary concrete, steps, and landings. All work shall be approved by the government prior to installation. 3.3.3.3 Utilities. Utility tie-ins shall be identified on construction documents. The Contractor will perform final utility connections to facility. 3.3.4 Building Construction. Buildings shall be of modular construction and shall comply with current model building codes included in section 2 above and the attached Eglin’s Architectural Compatibility Plan (ACP). 3.3.5 Design Loads. 3.3.5.1 Roof dead load – 25 lbs/SF. 3.3.5.2 Roof live load – 25 lbs/SF. 3.3.5.3 Floor dead load – 25 lbs/SF. 3.3.5.4 Floor live load – 50 lbs/SF. 3.3.5.5 Wind loads – 140 mph – 3 second gust, in accordance with American Society of Civil Engineers ASCE 7-98. 3.3.5.6 Seismic zone - 0. 3.3.6 Building Chassis. Buildings shall be in accordance with the building manufacturer standards. All chassis components shall be of the appropriate size, number, and rating for the particular application. All components shall be factory prepared and painted prior to delivery to the site. Connection of individual chassis to one another shall be as recommended by the chassis manufacturer. 3.3.7 Foundation. Contractor to construct the foundation in accordance with manufacturer’s recommendations. 3.3.8 Anchorage. Each chassis shall be anchored with augur type anchors and galvanized steel straps as recommended by the manufacturer. Alternative methods of anchorage may be proposed by the contractor if it is determined that soil and/or sub-surface conditions at the site prohibit the use of augur type anchors. 3.3.9 Floors. Floors shall be built-up on the building chassis and shall include joists, band joists, blocking, plywood tongue and groove plywood decking. All flooring components shall be of the appropriate size, spacing and grades to meet specified design loads and shall be securely fastened to the chassis. Marine grade or pressure treated plywood and/or government approved alternative shall be used in all latrines, shower/drying areas and laundries. The use of particle board is prohibited. 3.3.10 Exterior Walls. Exterior walls shall have a suitable exterior sheathing compatible with Eglin’s Architectural Compatibility Plan (ACP), be insulated, and contain a vapor retarder. Framing shall include sole plates, wall studs, top plates, blocking, bracing, built-up tees and corners, headers, cripples and bucks. All framing components shall be of appropriate size, spacing, and grades to meet the specified design loads. All exterior walls shall be secured to the floor structure with engineered metal floor-tie anchors. Wall color shall be Federal Standard 595A, 37779 (Off White). Accent Color shall be Federal Standard 595A, 30318 (Light Brown). 3.3.11 Interior Walls. All framing components shall be of appropriate size, spacing, and grades to meet the specified design loads. Framing shall include sole plates, wall studs, top plates, blocking, bracing, built-up tees and corners, headers, cripples and bucks. All load-bearing interior walls including columns shall be secured to the floor structure with engineered metal floor-tie anchors. Interior walls in the shower room shall be of monolithic waterproof assembly to prevent water leakage into the wall cavity and into the wood flooring. Shower and latrine areas shall have waterproof (green board) gypsum wallboard and/or government approved alternative. Interior gypsum wallboard shall be 5/8” thickness. 3.3.12 Roof. Roof pitch shall be a minimum of 4:12. Roof shall in accordance with the building manufacturer and shall include an appropriate roofing membrane system, flashing, insulation, and a vapor retarder. All framing components shall be of appropriate size, spacing, and grades to meet the specified design loads. All chassis components shall be of the appropriate size, number, and rating for the particular application. All components shall be factory prepared and painted prior to delivery to the site. Roof color shall be Federal Standard 595A, 37722 (Off White) 3.3.13 Exterior Finishes. All exterior finishes shall be in compliance with Eglin’s Architectural Compatibility Plan. All exterior siding (and components), trim, and gutters shall be factory prepared and painted prior to delivery to the site. Each building shall include skirting. Skirting shall be vented and constructed of material matching the exterior siding. 3.3.14 Exterior Doors. All exterior metal doors shall comply with the requirements of the Steel Door Institute (SDI). Doors shall be factory painted ready for (contractor field applied) finishing and comply with related UFC. 3.3.15 Interior Doors. Doors shall be factory primed, sealed and finished. Specific door specifications are identified in related UFC. 3.3.16 Door Hardware. Door hardware shall be in accordance with related UFC. 3.3.17 Windows. MANDATORY: Windows shall be furnished as assembled units complete with glazing, spiral balances, locking devices, and insect screens and shall conform to the current DoD regulations for Force Protection. Each window shall be adjusted accordingly for proper operation. 3.3.18 Interior Finishes. Finishes including flooring, walls, and ceilings, etc. will be in accordance with the Eglin Architectural Compatibility Plan and approved by the Contracting Officer. 3.3.19 Interior Accessories including fire extinguishers, toilet partitions, latrine accessories, etc. will be in accordance with the Eglin Architectural Compatibility Plan and approved by the Contracting Officer. 3.3.20 Plumbing. All plumbing shall be installed in accordance with the (IPC) International Plumbing Code. Piping shall be extended to all new plumbing fixtures, water heaters and other equipment or fixtures to complete the plumbing system. Each rest room is required to have (1) sink and (2) toilets 3.3.21 HVAC Systems. HVAC systems shall be sized to meet or exceed the heating and cooling loads of the building(s) in which they are installed. HVAC system will be designed in accordance with UFC 3-410-01FA with the following temperature ranges: Summer Outside: 91° F dry bulb 77° F wet bulb Summer Inside: 75° F dry bulb 50° F wet bulb Winter Outside: 29° F dry bulb Winter Inside: 68° F dry bulb The HVAC system shall also be sized to accommodate a minimum of one and a quarter air changes per hour. Ductwork shall be galvanized sheet metal and in accordance with Sheet Metal & Air Conditioning Contractors National Association. Outside air supply shall meet requirements of ASHRAE Standard 62 (Ventilation for Acceptable Indoor Air Quality). 3.3.22 ELECTRICAL GENERAL INTENTION: It is the declared and acknowledge intention and meaning to provide interior and exterior electrical power to and within the temporary modular facilities. These facilities shall be complete and functional system including all miscellaneous electrical parts, hardware, materials, appurtenances, and labor required. The contractor shall include all user define requirements, these requirements will be provided at the pre-construction meeting and in the field. The installation and construction shall not be limited to the following items: a) Pole mounted transformers b) Lighting c) Panelboards d) Wiring and Conduit e) Receptacles, Boxes, Face Plate f) Phone & LAN Jacks g) CAT-5 Cable 2. The temporary modular facilities that will be used for offices, restrooms, laundry and dwellings shall comply the following: a) 2006 National Electrical Code b) Unified Facilities Criteria (UFC) 3-520-01, Interior Electrical Systems c) Life Safety Code (latest edition) d) National Fire Protection Agency (NFPA-72), Latest Edition. e) National Electrical Safety Code (NESC), Latest Edition. f) MIL-HDBK-419 g) Electrical Power Supply and distribution AFJMAN 32-1080 h) Engineering Technical Letter 90-6 3. The temporary modular facilities that will be used for offices and dwellings shall comply with following fire protection requirements: a) Insure Design and Installation meet all requirements of UFC 3-600-01 and all applicable NFPA Standards b) Install Fire Alarm Panel IAW UFC 3-600-01 and NFPA 72 (Must be installed in a conditioned space) c) Install Transceiver IAW UFC 3-600-01 and NFPA 72 (Must be installed in a conditioned space) d) All Electrical Work IAW NFPA 70 e) Install a Knox Box 3200 without tamper switch outside the main entrance IAW the manufactures instructions. f) Install HVAC IAW NFPA 90A. g) Install Life Safety Features IAW NFPA 101 (2006 Edition) Chapter 28 h) Install Manual Pull Stations by each Exit IAW NFPA 72 i) Install Fire Detection IAW UFC 3-600-01 and NFPA 72 j) Install ADA Strobes in Latrines IAW NFPA 72 k) Install Emergency Lighting IAW NFPA 101 Chapter 28 and ETL 99-4 6.1 l) Install New Fire Hydrant if necessary to meet the requirements of UFC 3-600-01 Section 3-7 and NFPA 24 7.5 m) Install PIV IAW NFPA 24 6.3 n) Install Wet Pipe Sprinkler System IAW UFC 3-600-01 and NFPA 13 o) Install Fire Department Connection IAW NFPA 13 8.15.4 p) Install Smoke Detectors IAW UFC 3-600-01 Chapter 6 and NFPA 72 q) Insure Trailer is separated from existing facilities IAW International Building Code Table 602 r) The building shall have Sprinklers and Smoke Detectors in accordance to NFPA-13. Fire alarm transmitter shall be Monaco model BT2-8. Kitchen shall have a Wet Chemical Suppression System in accordance with NFPA-17. The Emergency Entry Key Box system shall be “Knox-box”. 4. The contractor shall provide the government a turn-key system (installation.) 5. The contractor shall install ¾ X 60’ ground rods at the service entrance panel, riser pole and fire alarm antenna. All grounding systems shall be bonded together. 6. The contractor shall locate phone and LAN wiring, conduit and jacks per 46th Test Squadron personnel and 96th Communication requirements. 7. If directed by the contracting officer, the contractor shall install government furnished equipment. 8. The contractor shall provide and connect all communications systems hardware and equipment per 96th Communications Squadron requirements, contact Mr. Marcus Sparks at 850-882-6948 or Mr. John Pasternak at 850-882-2581. 9. All work herein this statement-of-work shall be field verified. 10. The word provide herein this statement-of-work is define to meaning furnish and install. 11. All electrical equipment, wiring, control, lighting and motors shall be Underwriter Laboratories (UL) listed and installed in accordance with specified listing. All wiring shall be copper. 12. The installation shall conform to the requirements of the latest edition of the National Electrical Code (NEC), BOCA, NFPA codes, Unified Facilities Criteria (UFC) 3-520-01 and 3-501-03N and the ANSI C2 unless more stringent requirements are specified. All electrical equipment, wiring, control, lighting and motors shall be Underwriter Laboratories (UL) listed and installed in accordance with specified listing. All receptacles shall be. All wiring shall be copper. ATTAHCMENT 2: CLIN STRUCTURE BREAKDOWN ITEM SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Each SET UP AND INSTALLATION OF LEASE OFFICE FFP SET UP AND INSTALLATION OF LEASE OFFICE BUILDING. INCLUDES DELIVERY TO JOBSITE EGLIN AFB FL, SET UP (SEE STATEMENT OF WORK FOR SPECIFICATIONS). FOB: Destination MILSTRIP: F1T0CY6313A200 PURCHASE REQUEST NUMBER: F1T0CY6313A2 SIGNAL CODE: A NET AMOUNT ITEM SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months LEASE FACILITY MODULAR OFFICE SPACE FFP LEASE FACILITY MODULAR OFFICE SPACE. LEASE FACILITY FOR THE BASIC YEAR. ESTIMATED COST PER MONTH. FOB: Destination MILSTRIP: F1T0CY6313A201 PURCHASE REQUEST NUMBER: F1T0CY6313A2 SIGNAL CODE: A NET AMOUNT ITEM SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12 Months LEASE; OPTION YEAR ONE FFP OPTION YEAR ONE: CLIN 0001 PERIOD OF PERFORMANCE ________ TO __________ LEASE PER MONTH TIMES 12 MONTHS FOB: Destination MILSTRIP: F1T0CY6313A202 PURCHASE REQUEST NUMBER: F1T0CY6313A2 SIGNAL CODE: A NET AMOUNT ITEM SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 1 Each LEASE; OPTION YEAR TWO FFP OPTION YEAR TWO: CLIN 0001 PERIOD OF PERFORMANCE ________TO___________ LEASE PER MONTH TIMES 12 MONTHS FOB: Destination MILSTRIP: F1T0CY6313A203 PURCHASE REQUEST NUMBER: F1T0CY6313A2 SIGNAL CODE: A NET AMOUNT ITEM SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 1 Each BREAKDOWN AND RETURN FFP BREAKDOWN AND RETURN AT COMPLETION OF LEASE. SEE STATEMENT OF WORK FOR SPECIFICATIONS. FOB: Destination MILSTRIP: F1T0CY6313A204 PURCHASE REQUEST NUMBER: F1T0CY6313A2 SIGNAL CODE: A NET AMOUNT TOTAL AMOUNT OF CONTRACT (ALL CLINS): _____________________________________ SPECIAL NOTE: If any vendor desires a word document to be emailed - please contact Mike DeNamur (michael.denamur@eglin.af.mil) NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/FA2823-07-R-0015/listing.html)
 
Place of Performance
Address: 46 RANSS/TSRML (LMCA) - F1T0CY POC: SANDRA KILCREASE 505 N. FLORIDA AVE. BLDG 33 MHU RM TFS EGLIN AFB, FLORIDA
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01374372-F 20070817/070815230821 (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.