Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
MODIFICATION

Z -- Renovation of Chief Mess for Hitron Jacksonville

Notice Date
7/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050, United States
 
ZIP Code
33131-3050
 
Solicitation Number
2310280DX3629
 
Archive Date
7/29/2010
 
Point of Contact
Debra A Smith, Phone: 305-415-7086, Debra A Smith, Phone: 305-415-7086
 
E-Mail Address
debra.a.smith@uscg.mil, debra.a.smith@uscg.mil
(debra.a.smith@uscg.mil, debra.a.smith@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Subject FedBizOpps solicitaion is hereby modififed for the following: Organized site visit is scheduled for Wednesday July 7, 2010. To participate in this site visit please call Arthur Thompson @ 904.594.6885 Description(s): DESCRIPTION: The U.S. Coast Guard HITRON Jacksonville has a requirement for a contractor to provide all labor and material to renovate an unused building which will become the new Chief Petty Icers mess in accordance with the attached scope of work. The period of performance for this effort is 60 ays after receipt of order. This announcement constitutes the only solicitation; proposals are bring requested nd a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the ttachment documents carefully. This acqUisition is on a(n)Total Small Business Set-Aside The NAICS CODE for t is effort is 236118 and size standard $31M. The estimated cost is between $25,000 and $100,000. HOW TO RES OND: In order to compete for this project, interested parties must demonstrate that they are qualified to perf rm the work by providing a brief (20 pages or less) Technical and Cost Proposal by 10:00 AM, ET, April 15 2010. Cost Proposal: provide Firm Fixed-Price. Electronic transmissions to Falcon.Albino@uscg.mil are PREFE RED, and must be timely. Proposal Evaluation Criteria: Award will be based on Lowest Price Technically Acceptable offer. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 PM ET, July 14, 2010 @ 3:00pm Eastern time. It is the responsibilily of the Offeror to ensure the proposal is received by the date and time shown above. https://www.fbo.gov/index?printyreview=1&s=procurement&mode=form&id e3e2d403... Base Notice: Renovation of FAR 52.236-27 Site Visit (Construction). Alternate 1An organized site visit has been scheduled for Wednesday April 7th 2010 between from 1 -12pm. Offerors who are interested in a site visit must confirm attendance by Monday April 5th 2010 at 3pm. Att ndance is not mandatory however offerors are urged to attend. Participants will meet at US Coast Guar HITRON Jacksonville 13520 AeroSpace Way Jacksonville, FL 32221. The point of contact for the visit will be Se ior Chief Arthur Thompson at 904-594-6885 and Senior Chief John Schuler 904-594-6909. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.222-6, Davis-Bacon Act. FAR52.222-7, Withholding of Funds. FAR 52.222-8, Payrolls and Basic Records. FAR 52.222-9, Apprentices and Trainees. FAR 52.222-10, Compliance with Copeland Act Requirements. FAR 52.222-11, Subcontracts (Labor Standards). FAR 52.222-12, Contract Termination-Debarment. FAR 52.222-13, Compliance with Davis-Bacon and Related Act Regulations. FAR 52.222-14, Disputes Concerning Labor Standards. FAR 52.222-15, Certification of Eligibility. FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietna Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793 FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (0 2003) (31 U.S.C. 3332). Items (Mar 2007) are attached. Offerors can retrieve these clauses on the INTERNET at.arnet.gov. Primary Point of Contact.: MECS Thompson, Arthur # 904.954.6885 Place of Contract Perfonmance: US Coast Guard HITRON Jacksonville 13520 Aerospace Way Jacksonville FL 32221 NOTICE HISTORY Original Notice: HSCG28-10-Q·DX3629 (6/22/2010) DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD HITRON JACKSONVILLE 13520 AEROSPACE WAY JACKSONVILLE, FL 32221 SCOPE OF WORK FOR Proposed Chief's lounge DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD HITRON JACKSONVILLE 13520 AEROSPACE WAY JACKSONVILLE, FL 32221 SCOPE OF WORK FOR Proposed Chief's lounge. Date: 4 JUNE 2010 POC: MECS Arthur Thompson PHONE: 904-954-6885 Scope of work is to remodel the interior of the Chief's lounge Building (A) 1. WORK COVERED BY CONTRACT: Contract work shall encompass the following items of work as described in these specifications. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Ancillary work items not listed below, though necessary to attain the completed project, shall be included in the contract. 2. New Equipment Requirements: The Contractor shall provide all labor and materials necessary to remodel the interior of Chief's lounge as described below. Contractor will provide the CG with the information on the proposed drawing and plans for approval prior to contract award or installation. Replacement units will be new with manufacturer's warranty. 3. Old Equipment: The Contractor shall remove and set aside for local dispose of old air-conditioning unit. 4. New Equipment Installation: The Contractor will install new heating and air condition unit in the same location as existing system connected to existing electrical. Contractor will be responsible for any items necessary to complete a working system. 5. VISITS TO THE SITE: The contractor, for verifying existing conditions, may arrange visits to the site through the COTR NAME AND PHONE. 6. REGULATORY REQUIREMENTS: 7. SAFETY: All temporary and permanent construction operations shall be performed in accordance with applicable requirements of the "Occupational Safety and Health Act of 1970". 8. Construction schedules under $25,000: Contracts under the small purchase limitations (25,000) and less than 60days duration need only submit and anticipated starting date and completion date unless otherwise requested. 9. TEMPORARY UTILITIES: Electrical power and water are available on site. The contractor will be permitted to utilize these facilities in performance of the work provided that the existing systems are not overloaded. The contractor is responsible for installing and removing all connections to the existing system and will insure work and materials are in accordance with all applicable local codes. 10. ENVIRONMENTAL: Waste disposal: The contractor shall remove all waste materials from the site as directed by the Government inspector. ODS: The contractor shall insure that all work performed is in accordance with all applicable local, state and federal laws and regulations. 11. PROJECT RECORD DOCUMENTS: The COTR shall verify the USCG Daily Log Report and sign it, then forward the form to the Contracting Officer upon completion of the work. 12. OPERATING INSTRUCTIONS: Upon completion of work, the contractor shall forward one complete set of operating instruction to COTR, including manufacturer's warranty slips, parts list, manufacturer's certificates, descriptive brochures, and maintenance instructions for all equipment installed. 13. REMOVALS: The contractor shall remove all old equipment and materials from the site associated with the replacement of old building materials. DISPOSITION OF MATERIALS: Title to materials, except where otherwise specified all materials removed under section one REMOVALS, shall become the property of the contractor and shall be removed from Government Property. CLEAN UP: All debris and rubbish shall be removed in such a manner that will prevent FOD (Foreign Object Debris) and building materials from encroaching onto the flight line (ramp), pavements, streets, and adjacent areas. 14. DESCRIPTION OF WORK: REFERENCES: CHIEF'S LOUNGE WILL BE REFERRED TO AS BUILDING (A) IN REFERENCE TO THE SCOPE OF WORK LISTED BELOW. WHEN DIRECTED TO CONTRACTOR WILL USE MATERIALS THAT ARE PROVIDED BY COAST GUARD. 15. Location: The general location of this building is located on the south side of the hanger. Building (A) is closest to the property fence line next to the Customs hanger. 16. All materials are offered from Home Depot; however, materials can be purchased from other supply warehouses as long as they meet the same quality, color, and style. 17. FLOORS In reference to floor materials, all materials should be purchased from Home Depot. Contractor shall prep the pre-existing sub wood flooring to ensure levelness, cleanliness and dryness. Contractor shall install BEST Underlayment Acoustical Recycled Fiber w/ Film. Contractor shall install Home Legend Hand Scraped Oak Gunstock 5/8" T X 3 ½" W X 35 ½" L Click-Lock Flooring. Contractor shall install Home Legend Oak Gunstock 3 ½" Wall Base trim around all walls. Upon completion of cabinet installation, contractor shall install Home Legend Oak Gunstock ¼ round. BEST Underlayment 3' X 33.3' Acoustical Recycled Fiber w/ Film Model # QW 100N1HD Home Legend hand scraped Oak Gunstock Click Lock Flooring Model # HL16 Home Legend Oak Gunstock Quarter Round Model # HL58Qr Home Legend Oak Gunstock 3 ½" Wall Base Model # HL58WB 18. ELECTRICAL / CABLE / PHONE / INTERNET CABLE This section of the scope of work the contractor will insure all applicable local; state and federal electrical codes are strictly enforced. The location, placement, and addition of electrical outlets, cable, phone, and internet lines are only estimates as to their location. Verification of placement must be verified prior to installation. Replace existing fuse panel. Install a light can over bar area at the following locations, 30" 60" and 90" from the South wall and 80" from the East wall. Install electrical box to hang ceiling fans from at the following locations. 60" from East wall and 80" from North wall. 60" from West all and 80" from North wall. 60" from West wall and 80" from South wall Install FUJITSU Mini-split Heat Pump System heating / air conditioning unit. Outside unit AOU24RLX and inside unit ASURLXQ heating and air condition unit size and capacity should be of such to handle the building of this size. Install NEW standard electrical boxes on North wall. Replace all existing wall electrical outlets. Install NEW electrical and cable outlet 12" from ceiling and 136" from North wall. Install NEW phone and internet cable boxes to include the running of cable and phone wires to the following locations; 60" down from the ceiling on the South wall and 80" from the East wall. 20" from floor on the East wall and 40" from the North wall. 20" from the floor on the North wall and 80" from the West wall. Install NEW (GFI) outlet on the West wall 20" from floor and 90" from the South wall. Electrical / Cable / Phone / Internet cable. (cont.) Install electrical outlets at the following locations; East wall, 20" from floor and 22" from South wall. East wall 20" from floor and 75" from South wall (220 outlet) for tank less water heater. East wall 48" from ceiling and 103" from South wall. Along bar beneath butcher-block bar top facing East wall. Install junction box, covers and flex pipe to run speaker wire through, on East wall 104" from North wall and 44" from ceiling. Install junction boxes at each corner 8" from the ceiling. Install flex pipe from location listed above to each corner and run speaker wire to each corner. Replace all existing light switches. Replace all existing covers and ensure all new outlets and boxes have their appropriate covers. Install dimmer switch on South wall to control can lights over bar. Switch will be located on the South 55" from floor and 80" from East wall. 19. WINDOWS AND DOORS Contractor will remove and dispose of existing windows. Contractors will supply personnel and materials to install six windows for six 36"x48" openings. Windows will be single hung vinyl LOW E insulated double pane with grilles in between the glass with mirror tint facing outward and tilting sash. Brand is not important as long as windows are of high quality. Existing storm shutters will remain in place and functional. Contractors will remove and dispose of existing doors and jambs. Contractors will supply personnel and materials to install two doors and jambs for a door size of 35 ½"x 83 ¼ ". Doors will open out to the left side. Doors will be insulated solid core steel with compression weather stripping and brown in color. Doors will be outfitted with Brush nickel peephole and Simplex® 1041B - Combination Entry with Key Override & Passage cipher lock doorknob. Doors will be hung with 3 hinges necessary to support door weight. Jambs will be standard that comes with doors. Doors will be equipped with panic bars. Brand is not important as long as door, jamb and hardware are of high quality. 20. PLUMBING Contractor will with the help of Jacksonville Airport Authority (JAA) install a water supply line from outside resources to building (A). Location for water supply to building (A) will be located on East wall at 20" from floor and 65" from South wall. Install GE Reverse Osmosis system item number GXRM10GBL in cabinet under sink. Run a supply line to the Reverse Osmosis system then to spicket on sink. Route water supply line to the cold-water side of the facet. Contractor will install PowerStar Model AE125 hot water heater from Home Depot IAW manufactures instructions. Route water supply lines from under sink source to water heater and from heater to the hot water side of the facet. Contractor will install a Double stainless steel Neptune sink 33 x 22 x 7 and Kohler Forte facet P /out SS Item No. R10433-VS IAW manufactures instructions in Smoky Topez counter top when counters are finished. Contractor will run water supply line from RO (Reverse Osmosis) to a location on the East wall to accommodate ice machine inside frig. (Location on East wall, 20" from floor and 30" from South wall). Contractor will again with the help of JAA install a water drain line on East wall at the following location. On East wall 20" from floor and 67" from South wall in accordance with current regulations. 21. CABINETS Contractor will install the following base cabinets at the locations as described below in accordance with manufactures recommendations. The following cabinet should be bought from Home Depot to ensure correct design and color. Cabinets are Glendale Champagne Oak. List of cabinets that will be needed, 1 ea. SB36 sink base 2 ea. B30 base cabinet 2 ea. B12L base cabinet 2 ea. BD18 base cabinet 2 ea. B18L base cabinet Install cabinets SB36 and B30 along East wall starting 42" from South wall and with cabinet SB36 then B30. Install Futura Smoky Topaz counter top on cabinets along East wall IAW (In Accordance With) manufactures recommendations. Contractor will fabricate a wall 45" tall and 96" long made out of 2X6 framing. Wall is to begin on South wall and point toward the North wall. Wall will start 96" from East wall. Install 96" long butcher-block bar top onto of wall (provided by Coast Guard). Contractor will install base cabinets along island wall facing East wall IAW manufactures recommendations. Starting from the South wall and moving North, install the following cabinet in this order. B12L, BD18, B18L, B18L, BD18, AND B12L Install Futura Smoky Topaz counter top on cabinets on island cabinets IAW manufactures recommendations. 22. WALLS / CEILINGS Construction to walls and ceilings will be completed to building A. Contractor will remove existing drywall and insulation from walls and ceiling. Contractor is responsible for removal of all waste material from work site and must provide own means of transportation to dispose of it. Upon removal inspect studs and framing for any rotten wood. If any suspect or rotten wood/framing is found, remove and replace it. Once plumbing, window installation and electrical work are complete, install vapor barrier and insulate walls with expanding foam. Insulate ceiling with approximately 8 inches of cellulose blown in. Install drywall on all walls (to include ceiling) contractor will use Coast Guard purchased materials prior to purchase of additional materials. This is to include wall fasteners and wall tape. An access hole with door will be installed in the ceiling and framed in using Door / window casing WM 366 Primed Fiberboard from Home Depot. After installation of drywall tape, spackle walls and ceiling to an orange peel texture all areas that require it. Contractor will install window and door casing using the following material. Door / window casing WM 366 Primed Fiberboard from Home Depot. Contractor will install crown molding (Crown LWM49 TIMB) waterproof interior composite IAW manufactures recommendations. Crown molding will be painted same color as ceiling. Paint walls and ceiling with BEHR Premium Plus paints. East, South and West walls will be painted with 270A-1 (Peace Fade). North wall will be painted with 240F-5 (Toast Chestnut). Ceiling will be painted with W-D-700 (Powdered Snow) all door and window casings will be painted 280E-3 (Toast Wheat). 23. FIELD TEST The contractor shall test the operating systems of improvements IE. (Plumbing, electrical and heating / air conditioning) to insure proper operation and to demonstrate conformance to the contract requirement. The field test shall be conducted in the presence of the contracting officer's COTR. 24. WARRANTY: Manufactures warranty shall cover non-residential use.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCMi/2310280DX3629/listing.html)
 
Place of Performance
Address: US Coast Guard Hitron Jacksonville, 13520 Aerospace Way, Jacksonville, Florida, 32221, United States
Zip Code: 32221
 
Record
SN02195239-W 20100703/100702000225-1d36a57a02738d0f08809c44287ee241 (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.