Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2014 FBO #4758
MODIFICATION

Z -- Renovation and addition to C-130J Fuel Cell Maintenance Hangar (TWLR092567)

Notice Date
12/2/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD15R0001
 
Response Due
1/8/2015
 
Archive Date
2/7/2015
 
Point of Contact
John Bollard, 4012754222
 
E-Mail Address
USPFO for Rhode Island
(john.e.bollard.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PROJECT Number: TWLR092567 PROJECT SCOPE: Renovate existing 23,381 SF hangar by provide 650 SF Fire Protection Room within the existing space, Add a 2,180 SF Admin Office, Add a 584 SF of Storage, and demolition of existing Equipment Storage Bldg 24 (584 SF). The existing Fuel Cell Hangar Building is a thirty year old structure that has had no substantial facility upgrades since its construction in the early 1980's. This renovation includes a new TPO roofing system over the existing Hangar Bay, exterior wall refurbishment including tuck-pointing repair of brickwork and masonry replacement a new metal siding system consisting of interior liner panel insulation, translucent clerestory panel additions, mezzanine additions, high performance coatings added throughout the Hangar Bay's interior flooring, refurbishment of existing rolling hangar doors, membrane roofing at lower roof with standing seam metal roofing at lower roof of existing building and the option to provide standing seam metal roofing at the new addition, clerestory glazing, LEED certification capability and ATFP compliance. Mechanical heating, cooling and control system upgrades shall include gas fired hot water boilers, base mounted hot water secondary pumps and associated accessories, a hot water piping distribution system, new ducted heating and ventilating systems to serve the hangar area. New outdoor air systems shall be provided for ventilation and pressurization for the aircraft fuel cells. In addition, a new exhaust system with flexible hose reel, exhaust ductwork and sidewall discharge stack is to be provided. The new supply system will include a packaged make up air unit consisting of a supply fan, filters, hot water heating coil, packaged controls, a ceiling mounted hose reel and a ducted supply distribution system. New suspended gas fired infrared tube heaters for the hanger area will be added with a vacuum system suitable for the environment and atmosphere in the hangar. The administration and training areas will include a new heating and air conditioning systems. A new snow melting system will be provided for the hangar doors. New paint arrestor filters will be provided for the exhaust air plenum of the existing paint room and a new DDC control system compatible with the central base DDC system shall be provided, consisting of control panels, unit controllers, valves, dampers, sensors, devices and wiring. This system will control and monitor all new HVAC equipment and existing baseboards and cabinet unit heaters. Plumbing upgrades includes a new aircraft wash rack system comprised of new hot water pressure with new hot and cold water distribution piping out to new hose reels located in the existing hangar space. This aircraft wash rack includes a detergent solution water recirculation system complete with a hot water return pump. The plumbing renovation also includes the removal and replacement of plumbing fixtures, storm drains, and domestic water heater including the addition of compressed air outlets, domestic water meters and sanitary waste, drain and vent system. New electrical work will be provided including new lighting fixtures, switchboards, motor control center, transformers, panel boards, feeders and raceways. New branch circuits and raceways will be installed to serve mechanical equipment, building equipment, light fixtures and wiring devices. New security system that includes Mag-locks, balanced magnetic switches, motion sensors and security cameras are included. New telecommunications systems with complete voice and a data systems infrastructure system to support voice and data communications and a public address system and a CATV distribution system. The existing fire alarm system will be replaced with a new combined addressable fire alarm/mass notification system. This system will be activated by manual and automatic means. Fire suppression systems in the building shall be installed by a combination of wet pipe sprinkler systems and a High Expansion Foam system. Exterior improvements include new parking lot and sidewalks, new fire hydrants, trash enclosure and utilities. In addition to the aforementioned requirement, this project includes Four (4) Optional Line Items (OLIs) which consist of the following: OLI-1 - Admin Addition; OLI-2 - Storage Addition; OLI-3 - Admin addition roof; OLI-4 - Communications. Magnitude of construction is between $5,000,000 and $10,000,000. Period of Performance/Contract Completion time is 450 calendar days after written Notice to Proceed. The North American Industry Classification System (NAICS) code for this work is 236220. This is a Total Small Business Set-Aside. The Small Business Size Standard is $33.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states quote mark By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees quote mark applies to this project. The tentative date for issuing the solicitation is on or about 9 December 2014. The tentative date for the pre-proposal conference is on-or-about 12 December 2014, 9:00 a.m. local time at the 143d Airlift Wing, Civil Engineering Building 2, at the Rhode Island Air National Guard Base. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation closing date will be 30 calendar days after the issue date. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Government systems such as CCR and ORCA (on-line representations and certifications) have migrated to the System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page https://www.fbo.gov/ and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web at https://www.fbo.gov/. Place of performance is at Rhode Island Air National Guard Base, Quonset State Airport, North Kingstown, RI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD15R0001/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN03585299-W 20141204/141202235031-00f0d62d01da16f43105cda6359ab892 (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.