MODIFICATION
Z -- Food Court Addition, Bldg. 400, Naval Station Great Lakes, IL
- Notice Date
- 10/7/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40083 NAVFAC MIDWEST PWD GREAT LAKES FEAD 2625 Ray Street Bldg 2016 Great Lakes, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008314R3240
- Archive Date
- 10/31/2014
- Point of Contact
- Chris Payton (847) 688-5395 x246 Belinda Trout
- E-Mail Address
-
88-5395
- Small Business Set-Aside
- N/A
- Description
- ***BE ADVISED THAT THIS REQUIREMENT WILL BE RELEASED UNDER RFP N40085-15-R-3800***ALL OTHER CONDITIONS DESCRIBED BELOW REMAIN UNCHANGED*** This project is to construct, in phases, a 4,460sf addition to the student store to expand the food court and relocate the existing drive-thru lane. The addition will be steel frame with masonry exterior closure on a concrete slab foundation. The exterior finishes of this building will be in accordance with the Installation Appearance Plan. Supporting facilities include all required utilities, communications and alarms, power, pavement, curb and gutter, sidewalks, storm drainage, and landscaping. Interior construction will be appropriate for establishment, set up, and operation of a food service facility. The proposed addition will be to accommodate two existing food vendors and creates space to develop three new vendors. The existing 500m2 (5,380sf) food court seating area will be renovated and the existing food preparation space will be vacated and converted to expand the food court seating area and circulation. The existing toilet heads will be renovated and the existing NEX store will remain in operation during construction. The project will completed in phases and will require a phasing plan. Modernization (New Addition): Architectural / Interior Design The interior walls shall be metal framed with no finishes. All walls shall be left open for installation of HVAC devices, plumbing, and electrical components. Millwork and soffits at the front counter of each vendor space are required. All floor slabs, finish flooring, wall finishes, ceilings, and lighting in the vendor space are by the vendor. A new drive-thru will be required for one vendor space. An example is shown on the concept drawings for reference. The drive-thru lane shall be sized for the anticipated traffic load of the vendor space. Mechanical All HVAC in the new vendor spaces will be designed and provided by the vendor. A floor drain and waste piping shall be provided to the center of each vendor space. An exterior grease interceptor is required with piping to all five vendor spaces. Domestic cold water and natural gas shall be piped to each vendor space for continuation by the vendor. In addition, both domestic cold water and natural gas require separate metering for each of the vendor spaces. Fire Protection The existing sprinkler system will be expanded to provide coverage of the new vendor spaces. A sprinkler pipe shall be provided to each vendor space and continuation will be by the vendor. The existing fire alarm / mass notification system shall be expanded to accommodate the new vendor spaces. A point of connection shall be provided in each vendor space and continuation will be the responsibility of the vendor. Battery calculations are required for the fire alarm / mass notification system. Electrical All tenant power shall originate from a dedicated 400A, 120/208V metered power panel, LR2SC. Each vendor space shall be provided with a dedicated power panel to provided 125kVA. Each vendor space shall be metered separately. The vendor will be responsible for transformers, disconnect switches, and meter. The existing telephone system shall be expanded to accommodate the new vendor spaces. Provide conduit(s) to the vendor spaces if capacity is available from the existing telecom system. The vendor will be responsible for providing wire to the space, wiring in the space, and for service if none is available. Point of Sale (POS) service is required in each vendor space. A complete security, perimeter alarm, access control, and intrusion detection system is required. The system shall consist of motion sensors, balanced magnetic switch, and request to exit. The CCTV system shall consist of boxes, conduit, and pull strings. Site/Civil Demolition of existing features are required to accommodate the building addition and drive-thru. Stormwater permits will be required if more than 1 acre is disturbed. Paving for dumpsters, equipment, deliveries, and parking is required. Landscaping Preserve as much of the existing plant material as possible that is in healthy condition. Landscape will enhance main entrances to new building addition and throughout the remainder of the site shown as part of this contract. Utilize mostly native plant materials and design with śLow Maintenance ť throughout. Use mostly trees throughout the site and a few shrubs and ground covers to accentuate other important areas. Screen unsightly utility appurtenances with plant materials and walls as required. Enhanced paving (concrete pavers, etc.) should be used at the main building entrances. Provide steel, aluminum, or concrete edging around all planting beds abutting turf grass. Turf grass shall be sod that is hardy for the area. All plants will carry one year maintenance and guarantee. Final approval of all plant types used will rest with the government ™s reviewing Landscape Architect. Environmental A hazardous materials survey report is required and will be performed by the government. The report will be provided to the AE for integration in the construction documents. Paper, plastic, and aluminum recycling bins will be required. The project has been identified as a Categorical Exclusion (CATEX) #34. Sustainment (Renovation of existing building): A complete renovation is required for the existing vendor spaces, food preparation areas, seating area, and toilet rooms. The existing vendor spaces and existing food preparation areas will be converted to seating area. Provide structural steel framing, reinforced masonry enclosure, and reinforced concrete foundations to support new addition. Design shall protect existing structure from damage that could occur from excessive loading of foundations and lateral resisting systems. As-built drawings are available and will be provided for design assistance. Comply with UFC 4-010-01 (9 February 2012) DOD Minimum Antiterrorism Standards for Buildings. Removal of the existing drive-thru, food preparation equipment, interior partition walls, millwork, soffits over counters, doors, door frames, freezer slabs, cooler curbs, toilet room fixtures, toilet room finished, toilet room partitions, ceiling grid, ceiling tiles, flooring, tables, table tops, chairs, and trash receptacles are examples of items that shall be included. The HVAC, plumbing, fire protection, fire alarm, mass notification, electrical systems shall be addressed as part of the renovation This acquisition is funded by Non-Appropriated Funds (NAF) and will be solicited under full and open competitive procedures. The North American Industry Classification System (NAICS) code for this project is 236220, with a size standard of $33.5 M. The contract will be a single award, Firm-Fixed-Price type contract. One firm-fixed price contract will be awarded to the responsible offeror who provides the lowest price technically acceptable proposal. The estimated magnitude for the total project is between $1,000,000 and $5,000,000. The issuance date for this solicitation is projected to be 31 OCT 2014. Prospective contractors must be registered in the System for Award Management (SAM) at www.sam.gov prior to award of a government contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008314R3240/listing.html)
- Place of Performance
- Address: A School Student Store, Great Lakes, IL
- Zip Code: 60088
- Zip Code: 60088
- Record
- SN03544212-W 20141009/141007234205-bf05f959ce30cf48a951d03ce0b11031 (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 |