Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

Y -- Market Survey - Seismic Mitigation and Architectural Rehabilitation of the Administrative Building at the San Juan Combined Control Facility (CERAP), Carolina, Puerto Rico

Notice Date
7/20/2018
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ540 ES - Eastern Logistics Service Area (Eastern)
 
ZIP Code
00000
 
Solicitation Number
30835
 
Response Due
8/15/2018
 
Archive Date
8/15/2018
 
Point of Contact
Susan Newcomb, susan.newcomb@faa.gov, Phone: 781-238-7659
 
E-Mail Address
Click here to email Susan Newcomb
(susan.newcomb@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
1.Introduction: The Federal Aviation Administration (FAA) is seeking interested sources that are capable of the construction requirement for the seismic mitigation and architectural rehabilitation of the Administrative Building at the San Juan Combined Control Facility (CERAP), Carolina, Puerto Rico. Note: The building is on the National Record of Historic Places and as such, the Rehabilitation design has been undertaken pursuant to the Secretary of the Interior s Standards for rehabilitation (Department of Interior regulations, 36 CFR 67). The construction of this project will also require adherence to those requirements. This market survey is issued, in accordance with FAA Acquisition Management System (AMS) paragraph 3.2.1.2.1 to solicit statements of interest and capabilities from all business types and sizes who are capable of performing the work outlined, and also to assist with acquisition strategy development and to gain a better understanding of the commercial marketplace. All interested businesses as encouraged to submit a response to this market survey. 2.Disclaimer: The announcement is NOT A SCREENING INFORMATION REQUEST (SIR) OR REQUEST FOR PROPOSAL (RFP). The FAA is not seeking or accepting unsolicited proposals. The responses to this market survey will be used for informational purposes only and must not be construed as a commitment or a promise to contract by the Government. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for these announcements and will not reimburse any firm for costs incurred in responding to this public announcement. Responses will not be returned. 3.North American Industry Classification (NAICS) Code: The NAICS code projected for this project is 236210 construction (including new work, additions, alterations, maintenance, and repairs) of industrial buildings (except warehouses) with a size standard of $36.5 million 4.Submittal Requirement for Market Survey: A.Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract). B.Address C.Point of Contact name, e-mail address and telephone number D.Business Size status: 8(a) Certified, SDVOSB, Small Business, Large etc. E.DUNS Number F.Bonding Capability G.Relevant experience on projects of similar size and complexity. Provide specific contract numbers, contact names, addresses and email information to support claimed capabilities H.Number of years in Business 5.Scope of Work: Provide all labor, materials; supervision and equipment required for the seismic mitigation and architectural rehabilitation of the Administration Building at the San Juan Combined Control Facility (CERAP), located at 5000 CARR 190, Carolina, Puerto Rico. The work is in a vacant building on the same site as and adjacent to a critical facility that must remain operational 24 hours a day 7 days a week. The Contractor must not interfere with or disrupt air traffic operations. The work shall not discharge static electricity, damage, or interfere with other equipment at the facility, and shall not compromise security. The building is on the National Record of Historic Places and as such, the Rehabilitation design has been undertaken pursuant to the Secretary of the Interior s Standards for rehabilitation (Department of Interior regulations, 36 CFR 67). The construction of this project will also require adherence to those requirements. The Project Area is comprised of the following rooms and areas: Administration Building:Throughout interior and exterior. All locations including crawlspace and roof. Operations Building:RM B101A, B107, B108, B109, B127 Technical Support Building (TSB):Throughout interior and exterior (demolish building) SiteGrounds adjacent to Admin building and TSB Remote buildings2 Butler buildings on adjacent property The work shall include, but is not limited to, the following: A.Seismic mitigation of Administration Building, including: 1.Placement of continuous concrete slab in crawl space connecting existing piles, and, 2.Installation of 8 braced frames with mass dampers in building interior connected to columns, slab in crawlspace, and girders above. B.Architectural Rehabilitation of Administration Building, including: 1.Replacement of all glazing which forms exterior walls between columns; 2.Replacement of upper and lower roofs with TPO membrane roofing system, 3.Replacement of fascia panels on upper and lower roofs with lightweight stone panels, 4.Clean/repair/refurbish all precast concrete surfaces on building exterior, 5.Installation of canopy connecting Administration Building with Operations Building. 6.Installation of all interior building appurtenances and finishes. 7.Installation of terrazzo flooring, 8.Installation of various ceiling systems, primarily acoustical, 9.Installation of partitions, interior doors and glazing, for offices, conference, and training spaces, C.Installation of restrooms and fixtures, D.Installation of electrical (power and lighting panels, circuits, and fixtures), E.Connect water, sanitary, and storm water piping to existing utilities on site, F.Installation of mechanical HVAC system with air handler(s), Energy Recovery Ventilator, VAV s, and direct digital controls, 1.BACnet DDC System to connect to existing system in Operations building; Struxureware, by Schneider Electric. G.Installation of fire alarm and fire sprinkler systems, 1.Connect to Existing Notifier FA system in Operations building, 2.Connect fire sprinkler system to existing Sprinkler system in Operations building. No additional pumps are required. H.Installation of systems furniture throughout building, I.Installation of AV systems in conference and training rooms, J.Refurbishment of courtyard to include new hardscape and landscaping, K.Delegated design and refurbishment of two (2) reflecting pools, L.Replacement of facility sign and lighting, M.Demolition of Technical support building Butler Building, 5400sf., to include demo of slab foundations and footings, N.Demolition of covered walkway between TSB and Operations building, O.Demolition of sidewalk from parking lot to TSB, P.Refurbishment of site to include grading and landscaping. The performance period for this contract will be five hundred fifty (550) calendar days after receipt of a Notice to Proceed. Estimated construction price range is $8,000,000 to $11,000,000 6.Delivery of Submittals: Submittals in response to this market survey shall be e-mailed to Susan Newcomb (Contracting Officer)at Susan.Newcomb@faa.gov no later than 5:00 p.m. EDT Wednesday August 15, 2018. In your email submission, please include MARKET SURVEY RESPONSE: Puerto Rico in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO) website, please visit http://faaco.faa.gov/ for the original announcement. Updates will only be issued on the FAACO website. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/30835 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/ER/30835/listing.html)
 
Record
SN05001450-W 20180722/180720231036-12899680873e732f4e8682526b52c2f2 (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.