Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2014 FBO #4691
AWARD

Z -- DTRA Remote Entry Access Points at Kirtland AFB, NM

Notice Date
9/26/2014
 
Notice Type
Award Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-14-T-0181
 
Archive Date
10/26/2014
 
Point of Contact
Glenda Kohlieber, 575-652-4135
 
E-Mail Address
USACE District, Albuquerque
(glenda.d.kohlieber@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912PP-14-P-0155
 
Award Date
9/26/2014
 
Awardee
WEIL CONSTRUCTION, INC. (363752135) <br> 3344 PRINCETON DR NE <br> ALBUQUERQUE, NM 87107-2014
 
Award Amount
$138,989.92
 
Line Number
0001
 
Description
This contract action was accomplished using other than competitive procedures because a statute exists that expressly authorizes or requires that the acquisition be made from a specific source or through another agency (FAR 6.302-5); specifically, Sole source awards under the 8(a) Program. Per FAR 6.302-5 a J&A is not required for this award. 1. SCOPE OF WORK: The contractor shall furnish all parts, material, labor, equipment and supervision necessary to complete the work listed in the specific requirements. The following work will be performed at DTRA Bldg. 20362 2nd floor, 20369 Guard Shack entrances, 20707 Guard Shack entrances, and Main Entrance at 20676, DTRA 1680 Texas AVE.SW Kirtland AFB NM, 87117. The contractor shall assure the attached checklist and DD Form 1354 are completed and submitted to USACE and Kirtland AFB Reap Property office to get it staffed to the BCE for signature, at the conclusion of the project. SPECIFIC REQUIREMENTS: Construction: Install/Relocate Card Readers, Maglocks, and relocate Phone on 2nd floor of 20362, Install metal cased double doors on the 3rd floor hallway south of elevator with required card readers, Maglocks and camera and viewing screen. As depicted in plans. 2nd floor works, the Contractor remove existing card reader, Maglock, and Maglock sensor from existing location of stairwell door and relocate to hallway double doors as depicted in drawings. Relocate wall phone from stairwell to hallway area and install camera and viewing screen. B. 3rd floor works, Contractor shall install metal door casing with wooden security double doors just south of elevator entrance, new doors will have card reader access installed along with Maglock for security, with a crash bar for egress. Install new viewing cameras and viewing screens as depicted in plans. Contractor shall reienforce two walls with expanded metal and additional layer of sheet rock to meet higher security measures required for these two walls. Wall shall be taped, textured, finished, cove based and painted to match existing walls. C. Basement Rooms B4, B5 and B-11 Require Maglock device and associated interior release mechanism such as a motion detector or push button, and card readers placed on the wall next to the door on the exterior of the room. Additionally work will require conduit and the required cabling to be run from 2nd floor Communications Room IDX panel to locations. And lastly a new X09 with egress release will also need to be installed on B4. D. Installed Card Readers, Maglock and sensors must be of similar type and capable of working with existing DSX system. E. The Contractor shall install all required electrical wiring, conduit, circuits, panels, hardware required to install Maglocks, Card Readers, sensors, cameras and viewing screens, and is responsible for conducting a site visit of existing conditions to ensure proper connectivity. F. The Contractor shall install a new viewing camera at the card reader location in the hallway outside near the double doors, camera will report to and have viewable screen on opposite side of the doorway far enough away from the existing door release senor so person viewing screen does not set off the door release sensor G. Contractor shall relocate phone, phone lines, boxes, wiring and conduit required to reinstall phone from stair well to new location of hallway next to double doors. Contractor to run all wire, hardware and conduit needed to accomplish drops per drawings. H. Contractor shall install required Software/Hardware upgrades to existing DSX System to expand it capabilities to meet new Card Reader demands of new card reader install efforts, (see attached quote from ProVideo).Construction: Install Remote Entry Access point systems using existing CardReader Systems on both entry doors of Guard Shack Buildings 20369 and 20707. Install Remote Access Entry system at Main Entrance to 20676. I. Contractor shall run all wiring, conduit, panels, circuits, electrical materials, mechanical materials, devices, required hardware/materials and bollards to install Remote Entry Access Points at both entrances of DTRA Guard Shacks 20369 and 20707 and also at the Main Entrance Door of 20676.J. When Contractor installs Remote Entry Access Points they shall run all wiring, conduit, panels, circuits, electrical materials, mechanical materials, devices, required hardware/materials for connectivity to existing Card Reader/Mag-Lock DSX Systems and ensure compatibility and ability to couple and function these existing systems, (Card Readers are proprietary to PROVIDEO INC).K. Contractor will install Remote Entry Access devices on Bollards, Bollards will be affixed/attached permanently/properly to pavement or sidewalk through typical industry norms, with additional protection bollards to protect Remote Entry Access points from impact hazards. See attached drawings.Clarifications: Temporary power if needed will be provided. Storage of materials and equipment can be permitted outside DTRA facilities with prior approval and coordination with DTRA. Contractor supplies own equipment. Contractor assumes any and all liability for any damages to vehicles in lots. Contractor will stage work so as to minimally impact employees. 3. REQUIRED SUBMITTALS: A. Submittals required for all items listed as follows; i.Card reader and Mag Locks. ii.Sample of paint to ensure proper match. iii.As-built and manuals for all works. iv.Work Plan. v.Safety Plan. 4. GENERAL REQUIREMENTS:A.QUANTITIES: The Contractor shall be responsible for all the requirements of this project. The Contractor shall accomplish a Construction Site Survey to verify Existing Construction Site Conditions and to obtain all required Construction Site measurements.B.BASE REGULATIONS: The Contractor shall follow all applicable Base Regulations and Directives (as specifically identified at the Pre-Construction Meeting) that pertain to; Safety, Security, Fire, Traffic and Personnel Clearances to accomplish Construction Contract Project Work. C.CONSTRUCTION SAFETY: The contractor shall abide by all OSHA and AFOSH safety requirements while on Kirtland AFB, and shall review all applicable safety regulations before beginning work. The contractor shall provide as a minimum, signs, barriers, and or caution tape as a safety precaution around the work site. D.PERMITS: The Contractor shall obtain all required permits prior to starting construction project work and shall provide all permits to the Army Corps of Engineers and DTRA to include; Environmental, NESHAPS, Digging, Burn, etc. E.ACM ABATEMENT: Shall be accomplished by a Certified Asbestos Containing Material Abatement Contractor. The Construction Contractor or Abatement Contractor shall provide an Asbestos Abatement Plan to the Army Corps of Engineers Representative for review and approval prior to accomplishing any Asbestos Abatement Contract Project Work. The Contractor shall submit a National Emissions Standard for Hazardous Air Pollutants Notification to the City Of Albuquerque ten (10) days prior to start of Asbestos Abatement Contract Project Work. The Contractor shall pay all applicable City Of Albuquerque Permit Fees.F.DEMOLITION: All materials and refuse generated through the demolition work required by this contract shall be the responsibility of the contractor and be disposed of IAW local, state, and federal regulations, by the contractor off base, at the contractor's expense. G.SALVAGE: Unless stated in the Government Statement-Of-Work or in the Government Construction Project Drawings, all salvageable materials and equipment shall become the property of the Construction Contractor. The Contractor shall remove all salvageable materials and equipment prior to terminating the Contract and prior to leaving the Project Job Site.H.WORK HOURS: The Contractor shall accomplish construction project work during Normal Business Duty Days Monday through Friday from 07:00 to 16:00 Hours unless other arrangements have been made between the Customer, Facility Manager and Facility Engineer. Specific working hours will be discussed with USACE and the DTRA Facilities engineer during the project site visit. Due to the nature of business conducted at DTRA the contractor may be required to stop work on occasion during normal working hours. I.PERFORMANCE: The Performance Time for this Project Work Contract is sixty (60) days from the issuance of the Army Corps of Engineers Notice-To-Proceed.J.WORKMANSHIP, QUALITY, METHOD AND PROCESSES: The Contractor shall accomplish project work in accordance with the minimum requirements found in the Army Corps of Engineers Specification Guide, Federal and Local Building Codes.K.CHANGE ORDERS: Any changes to this Statement of Work must be requested in writing and made through the Corps of Engineers point of contact listed below.L.SUBMITTALS: The Contractor shall submit to the Army Corps of Engineers and to the DTRA Office all requested project materials for review and approval. Approval will be accomplished within five (5) Business days or less.M.CONSTRUCTION SITE ACCESS: The Government further reserves the right to complete processing of security documentation for Contractor personnel assigned to work within restricted access areas prior to access of such areas by Contractor personnel. The Contractor shall provide access to INTERIOR and EXTERIOR Construction Areas and shall minimize; the disruption of services, disruption of normal building occupant activities, disruption of normal traffic flow and shall coordinate traffic control management to minimize traffic disruption when necessary. Contractors equipment and materials shall not be stored on the job site unless otherwise approved by the COR.N.CLEAN-UP: The Contractor shall clean and remove all construction project debris from the construction project work area locations prior to terminating the construction project contract and prior to leaving the construction project job site daily.O.DAMAGES: The Contractor shall repair or replace any and all (interior and exterior) Government Property damaged during the course of the Construction Project Work Contract.P.WARRANTY: The Contractor shall provide a one year written warranty to cover any deficiencies and failures as a result of Poor Workmanship and or Project Material Defects. The Contractor shall correct any deficiencies and failures at the Construction Contractor's own expense. All work shall be inspected and accepted by the Kirtland AFB Base Communications Division and the Customer. The work area shall be inspected for workmanship, completeness, and cleanliness. All cables will be tested, certified and labeled according to TIA-EIA standards. The Contractor shall be responsible to ensure all items meet code requirements. All work shall meet professional commercial standards. All applicable permits will be obtained. Completed As-Build Drawings and Test Results will be provided upon completion. Q.SCHEDULE: The contractor will provide an accurate and acceptable work plan (schedule) that will include number of days to complete each item on the Statement of Work SOW. The Contractor will coordinate with USACE and DTRA personnel prior to start of work and maintain communications throughout the life of the project to ensure mission is not affected and building continuity is maintained. R.CONTRACTOR REGISTRATION OF VEHICLES: All contractor or contractor employees' vehicles used for the performance of this contract shall comply with all local, state and federal regulations. In addition, all vehicles described above shall be registered through the Kirtland Security Police Squadron, Pass and Registration and shall comply with Kirtland AFB directives. Vehicle and personal passes are the property of the United States Government and shall be surrendered upon termination of employment or the end of the contract performance period. Additionally any pass shall be surrendered to Security Forces upon demand to positively identify a person's need to be on Kirtland AFB. 5. PRODUCTS: A.MATERIALS: The Contractor shall provide Project Materials that are NEW and IN-LIKE-NEW-CONDITION, Project Materials shall be properly stored and protected from damage. Project Materials shall meet all applicable specifications, standards and codes.B.EXECUTION: The Contractor shall accomplish all work in accordance with the manufacturer's published specifications and installation instructions. C.AS-BUILT DRAWINGS: The Contractor shall provide the required Construction Project Work As-Built Drawings prior to terminating the Contract and prior to leaving the Construction Project Job Site.D.MANUALS: The Contractor shall provide the required Project Work Equipment Manuals prior to terminating the Contract and prior to leaving the Project Job Site. 6. CONSTRUCTION CONTRACT POINT-OF-CONTACTS: A.The USACE Point of Contact and Project Manager for this project is Mr. Joe Sanchez 505-346-7228. B.The DTRA points of contact for this project are (primary) Mr. Isaias quote mark Sonny quote mark Lopez (505) 846-8730 or 917-9230 or Walt Senoski at 853-4543 or 412-8078. Please contact these individuals to arrange entrance to the work area and to coordinate the work schedule. The contractor shall not be given notice to proceed (NTP) without prior approval from the primary point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP-14-P-0155.html)
 
Record
SN03533321-W 20140928/140927061751-2ae4bf05c939ad0d8d9cb27afb470d65 (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.