Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

56 -- Room Conversion

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 90210
 
ZIP Code
90210
 
Solicitation Number
H94003-09-T-0006
 
Archive Date
8/27/2009
 
Point of Contact
Lindsay Cox, Phone: 9162311565
 
E-Mail Address
cox@dmea.osd.mil
(cox@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation. The NAICS Code is 236220 with a size standard of $33.5M. This requirement is a small business setaside for the modification of one room at Defense Microelectronics Activity (DMEA), 4234 54th St, McClellan, CA. Room Modifications: The contractor shall furnish plans for the modification of room within 10 business days ARO for DMEA approval. DMEA shall review and approve/disapprove the plans within 5 business days of receipt. If the plans are not approved, the contractor shall have 5 business days to address issues raised and resubmit the plans. Upon DMEA approval, the contractor shall complete the following modifications to room: Build new entry alcove to the hallway of the NW entry to room. Add a new pre-hung 3070 entry metal door at the outer NW entry. The door -frame assembly shall include three (3) each heavy duty hinges with pin keepers for security. Mount the door frame securely with heavy duty minimum 14 gauge steel studs covered with 14 gauge sheet metal on the outside and then covered with 5/8" sheetrock on both sides. The door assembly shall be an all metal, with a 14 gauge honeycomb cored door (fire rating not required) meeting ANSI 250.4 duty cycle standard. Contractor shall submit documentation that door meets standard with their proposal. This outer door shall become the primary entry point for the room. Door shall open out. Door shall be left-hand reverse. Provide and install a magnetic hold open mechanism to keep door open during the day while the room is occupied. The existing NW interior door shall not be replaced. Install CD X-09 with LKM 7000 handicap exit device on the NW outer door. All hardware shall have a brushed stainless steel/aluminum finish. Cap the alcove at the NW corner of the room with 5/8" sheetrock on 14 gauge metal studs at the 8' level. Provide sound insulation above the new cap to limit sound transmission. Add sound seals and drop bottom/threshold to the existing door at the NW corner of the room. At the SE entry way of room, build a new alcove. This shall become an emergency only exit. Add a new pre-hung 3070 metal door at the outer SE entry. The door -frame assembly shall include three (3) each heavy duty hinges with pin keepers for security. Mount the door frame securely with heavy duty minimum 14 gauge steel studs covered with 14 gauge sheet metal on the outside and then covered with 5/8" sheetrock on both sides. The door assembly shall be an all metal, with a 14 gauge honeycomb cored door (fire rating not required) meeting ANSI 250.4 duty cycle standard. Provide and install a drop bottom, threshold and Detex ECL 600 Emergency exit dead bolt crash bar with local annunciation. Door shall open out. Door shall be left-hand reverse. Door shall close automatically via a hydraulic door closing device. All door hardware shall be provided with a brushed stainless steel/aluminum finish. The existing SE interior door shall be retained. Cap new alcove at the SE corner of the room with 5/8" sheetrock on 14 gauge metal studs at 8'. Provide sound insulation above the new cap to limit sound transmission. Provide a sign on the existing inside door stating "Emergency Exit Only - Alarm Will Sound." Existing "Tool Move In" Double Doors at SW corner; add sliding Sargent and Greenleaf high security deadbolt to existing double doors at the SW corner of room to augment the deadbolts top and bottom of each leaf. Add Sargent and Greenleaf three position spin dial lock. Provide and install "NOT AN EXIT" sign on the inside of the door. Add Pemko 45 STC sound seals top and sides. Add drop bottom to each leaf. Leafs are 4' x 10' each. Add two sound maskers above the double doors in the false ceiling tiles above the SW double doors. All modifications shall be in compliance with the requirements of DoD 5200.1-R, Appendix 7. The contractor shall remove and dispose of dust, debris and extra material that result from this project. The contractor shall not use the DMEA dumpster. Finishing: The contractor shall texture and paint all new construction to match existing walls and doors in and around room. Assumptions: The existing door at the NW of room has an existing badge reader sufficient to allow the existing door to function as a "day door" when the room is occupied. The existing door at the SE corner of room shall be retained but shall be labeled as an emergency exit only. An IDS will be installed in the room separately. Special requirements: Security: All installation and maintenance work shall be performed by US citizens. Contractor personnel shall provide proof of citizenship in accordance with the DMEA visitor approval process in effect at the time the visit is requested and prior to being allowed entry. The contractor and any subcontractor personnel are required to have a background investigation in advance and shall be given unescorted access to the work area by DMEA. The contractor shall submit background investigation release forms and badge requests forms for all personnel expected to work within the existing controlled area at least 2 weeks prior to project start. DMEA will submit the background investigation for a Local, State, Department of Justice, and FBI checks. The proposed contractor personnel must have a clear report on the background check to be allowed to work on-site. NOTE: Contractor personnel who have a current DoD security clearance may have their security office provide verification of the clearance to the DMEA security office in lieu of completing the background check. The on-site contractor personnel will be issued a badge each day while on site and shall return their badge to DMEA security personnel at the end of the day. Any contractor personnel showing up and requiring access without a pre-arranged badge request and background check shall not be allowed to access the DMEA facility. The contractor is required to provide advance notification prior to conducting any on-site inspection or work. A two (2) hour minimum notice during normal business hours shall be given. Additional Information: A site visit will be conducted as identified in the synopsis. All contractors are encouraged to attend this site visit. Acceptance Criteria: Final contractor plans shall be submitted to DMEA for approval in advance, prior to the start of construction. The DMEA Security Manager and the contractor shall develop a checklist to verify that the room meets the requirements of the SOW and DoD 5200.1-R. Proposal Requirements: The contractor's proposal shall include at least the following elements: Contractor shall list directly related experience. At a minimum, contractor shall submit the following documents: preliminary drawings, preliminary parts/labor listing, and a brief narrative identifying how the requirements of Section 2 of the SOW are met. Contractor shall clearly identify the costs for modifications required to complete the requirements of Section 2 of the SOW. Contractor shall provide a preliminary timeline, for completion of the modifications required. Contractor shall provide references to at least 3 other customers (including name, company, address & phone number) for whom similar projects were completed. The following FAR clauses apply: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. DPAS Rating is C9E. For a complete copy of the requirement and drawings, send an email to Lindsay A. Cox at cox@dmea.osd.mil. A site visit will be held for all offerors at DMEA 5 August 2009 at 10am. Attendees must sent an email to cox@dmea.osd.mil 24 hours prior to site visit providing name, name of firm, job title, phone number, citizenship status and address. Offers shall be received in DMEA by 4:00pm (local time) 12 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-09-T-0006/listing.html)
 
Place of Performance
Address: Defense Microelectronics Activity (DMEA), 4234 54th St, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN01892927-W 20090801/090730235410-d4aabc2541f12967c80ede068212dcd8 (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.