Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
MODIFICATION

Z -- Renovate Security Upgrades Room 401, Bldg. 351

Notice Date
4/7/2021 12:38:46 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA282321R0015-Solicitation
 
Response Due
5/7/2021 12:00:00 PM
 
Archive Date
05/22/2021
 
Point of Contact
David Clark, Phone: 8508823098, Zachary Schultz, Phone: 8508825628
 
E-Mail Address
david.clark.94@us.af.mil, zachary.schultz.7@us.af.mil
(david.clark.94@us.af.mil, zachary.schultz.7@us.af.mil)
 
Description
Renovate Security Upgrades, Room 401, Building 351� � �FTFA 18-1041 EGLIN AFB, FL Eglin Air Force Base (AFB), FL has a requirement to Renovate Security Upgrades Room 401, Bldg. 351 on Eglin AFB, FL.� The North American Industry Classification System (NAICS) code for this requirement is 236220, Commercial and Institutional Building Construction, with a size standard of $39.5M.� Statement of Magnitude is between $250,000 - $500,000.� This�is a 100% Small Business Set-Aside competitive acquisition utilizing a best value source selection process and award will be made based upon the Best Value to the Government in accordance with FAR Part 15.3.� Period of Performance is 300 days after notice to proceed. Project Description: This is a secure facility Architecture: This project consists of the selective demolition of existing construction and complete new interior renovations to provide new secure office configurations for Room 401 of Building 351. Demolition will include removal of all doors and frames, selective removal of interior metal stud/gwb and removal of suspended acoustical tile ceiling system, carpet flooring and resilient wall base. Temporary barriers and protocol will be required to prevent disruption of ongoing daily operations in adjacent areas. New work will provide a man-trap entry area, a secure open office area of approximately 722 square feet to accommodate 8 persons, and two secure offices to accommodate up to two persons each. New metal stud/gwb walls and doors will be secure per ICS 705, and STC 50-rated, extending to and sealing to true floor and ceiling decks to provide secure ICS 705-compliant perimeter. A new closet, accessible via cipher lock from the existing fourth floor corridor, will provide housing for Room 401 users' laptop computers. Up to ten laptops will be accommodated in the closet on adjustable open wire shelving. New interior architectural finishes will be suspended acoustical tile ceiling and grid, painted gypsum board walls and carpet tile flooring. New doors will be solid core wood, field-finished, with all required security hardware. The doors and frames from the corridor to the man-trap, the man-trap to the secure office, and the door to the Computer Closet will be 20 minute fire-rated. Existing windows will remain as is wherever new construction does not interfere with existing window locations. Windows will receive new room darkening roller shades. Structural Interior Design:� The Structural Interior Design consists of new carpet, paint, wall base and ceiling tile in the offices and Mantrap. The closet shall have a vinyl composition floor tile. The existing fixtures in the corridor shall be removed, stored and re-installed by the general contractor.� New finishes in the building corridor where required due to the renovation, shall match the existing with the exception of the carpet. The new carpet tile in the office and Mantrap areas shall be used in the corridor where needed.� The existing FF&E shall be removed by the contractor, stored and re-installed with any additional parts and pieces added due to the new systems furniture layout and in accordance with the electrical and communications requirements. Electrical Scope: A new 120/208V, 3 phase panel will be installed in the renovated area to serve the new circuits.� New lighting and power will be installed in the renovated areas.� The lighting will be LED type.� Emergency lighting and exit signs will contain battery backup.� There will be a blue light system installed in the secure spaces.� Receptacles will be installed in general areas and adjacent to all communications outlets.� Furniture will be connected through whips. Communications Scope:� There will be user communications networks wall cabinets located in the secure spaces.� The NIPR outlets will be served from a new wall cabinet in the secure space.�� NIPR will be Cat 6 ScTP and all other networks will be fiber.� All NIPR and SIPR work will be installed per 96CS requirements.� There are 3 additional secure user fiber networks.� Each network is color coded and will be terminated to their separate cabinets/patch panels.� HDMI extenders/Cat 6 ScTP will be installed from the Laptop closet to each workstation. Security Scope:� New access control (ACS) rough-in, intrusion detection (IDS) rough-in, White noise, and CCTV systems will be installed.� The CCTV camera will monitor the mantrap and have a display for visual verification.� Mechanical: The scope of work includes removal and replacement of the existing ductwork and VAV box inside room 401. Fire: Provide modifications to the existing fire alarm devices located in room 401 IAW requirements for SCIF units. All speaker circuits within room 401 will be terminated at an FACP located within the SCIF barrier. All fire alarm/MNS circuits entering the SCIF will be routed through a single wall penetration. ADDITIONAL INFORMATION: Prospective contractors must be registered in the System for Award Management (SAM) database prior to award of a Government contract. Offerors are further advised that failure to register in the SAM database will render your firm ineligible for award. Registration requires applicants to have a DUNS number; recommend registering immediately in order to be eligible for timely award. The solicitation will be available only via the Internet at the following address: http://www.fbo.gov. For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. NO paper copies of the impending solicitation will be furnished. This is a secure facility - Access will be limited Requests for site visit(s) are to be arranged by COB Monday, April 12, 2021 1400 CST.� Please send an email request to David Clark - david.clark.94@us.af.mil�to schedule for base access, dates and times.� A date and time will be established at that point. Base access requests� (see attachments) will need to be provided for anticipated attendees.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d53b7cd2d6494a9dbf335300dcf90ca8/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05964507-F 20210409/210407230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.