SOURCES SOUGHT
99 -- TYAD BLDG 5 BAY 4 CONFIGURATION
- Notice Date
- 8/24/2022 4:13:38 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- PANNAD-22-P-0000006836
- Response Due
- 9/3/2022 3:00:00 PM
- Archive Date
- 09/04/2022
- Point of Contact
- Baisy Lanzo, CHERITA L.WILLIAMS
- E-Mail Address
-
Baisy.Lanzo@usace.army.mil, cherita.l.williams@usace.army.mil
(Baisy.Lanzo@usace.army.mil, cherita.l.williams@usace.army.mil)
- Description
- Description:� This is a SOURCES SOUGHT SYNOPSIS for the purpose of obtaining market research only.� NO PROPOSALS ARE BEING REQUESTED NOR ACCEPTED UNDER THIS SYNOPSIS.� The U.S. Army Corps of Engineers, Philadelphia District, will use information obtained under this sources sought to develop an acquisition strategy to meet the requirements for the TYAD BLDG 5 BAY 4 Configuration. The Philadelphia District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified vendors Solicitation #:� W912BU-22-R-XXXX Procurement Type:� Sources Sought Title:� TYAD BLDG 5 BAY 4 CONFIGURATION NAICS Code: 236220 � Commercial and Institutional Building Construction Primary Point of Contact:� Baisy Lanzo Contract Specialist Baisy.Lanzo@usace.army.mil Phone: (215) 656-6895 Description:� SCOPE OF WORK �The designed and construction services need to complete this contract shall be completed sequential. The construction shall be completed in two (2) separate phases to allow continuous uninterrupted production by Tobyhanna Army Depot. DESIGN NARRATIVE Include designs for TYAD master specification DESIGN DATA (DESIGN AFTER AWARD) and DESIGN SUBMISSION REQUIREMENTS MANUAL 1.2.2 Demolition Demolition shall include, but is not limited to, the following features: a. Remove 300 feet of existing fence throughout the bay. (The government will have option to retain removed fence). b. Existing fire doors on both sides of wall at north end of Bay 4. c. Remove obsolete fire door hardware on the southwest of bay. d. Existing warehouse lighting. e. Any unused piping, cables, and/or equipment. f. Remove all speaker's, connections wires and brackets throughout bay that are not in use. g. Modular office in the southwest side of bay area. h. Fire suppression system in its entirety. 1.2.2.1 Remove Sectional Door - West Side a. Remove sectional door in its entirety. b. Remove all associated hardware, motor/opener for sectional door. c. Remove and relocate any lines, brackets, pipes that may impede new door install. d. Verify and Unhook power to door to utilize for new sectional door. 1.2.2.2 Demolish New Opening for New 8xl0 Roll Up Door Remove CMU as specified below to support the installation of a new Bxl0 roll up door. Verify location with COR. a. Remove block CMUs on the west side of building directly outside of sectional door on west side. b. Remove CMUs from expansion joint to next expansion joint; verify supports. c. Remove topsoil for gravel pad in front of new opening to 6th street. d. Remove/relocate any lines lights fixtures within the area of demolition. 1.2.3 New Work The existing pallet racking shall be reconfigured as per enclosed sketch. New racking will be required and will be in kind. New modular office space shall be constructed as per the sketch in the southwest side of the bay. Office space shall include open space office area, closed space office area, and conference room. Walls will be at least 50% glass. This space will be two separate levels and shall include an ADA compliant chairlift, two forms of egress from mezzanine level Additional modular space shall be a Lab/Training Area constructed as per the sketch in the southeast side of the bay. Modular Lab/Training space shall include tables and chairs with kitchenette-type counters and sink with plumbing. This space will be one level with 25% to 40% glass walls. All modular buildings are to come equipped with HVAC and fire suppression or shall be provided by the contractor following the Tobyhanna Army Depot (TYAD) IDG Master Specifications. Contractor is responsible for furnishing the spaces per the attached drawing layout. Contractor is responsible to provide interior signage for all offices and new cubicles per TYAD IDG Master Specification. Contractor shall install new fire suppression system throughout bay area. a. The existing asbestos/lead containing fire doors on the north side of the bay shall be abated/removed and replaced two-hour fire rated roll-up door with a roll-up security day gate. The day gate will match the day gate at southwest bay door. The security gate roll-up doors shall be CAC-enabled from outside of the bay and push button access controlled from inside. All CAC readers shall be Vanderbilt Certified. Another lockable accordion-style day gate will be relocated from the northeast door of bay and installed on the west wall of the bay. It will be lockable but not CAC-enabled. All doorway openings shall be secured prior to end of each workday. b. The existing northeast entranceway vestibule CMU walls shall be repaired and painted with waterproof paint. Walls will be finished with framing and painted drywall over existing CMU walls. The northeast entranceway shall have a new drop ceiling installed to include lighting, heated ceiling grid, and fire suppression with heads turned down. The northeast entranceway shall also have both the entrance doors replaced in kind and the corridor window replaced with a modern style window the same size as the existing. The restrooms shall be power washed and cleaned with new ceiling tiles installed in restrooms. The hallway will be painted and a drop ceiling and lighting are to be installed. The hallway and vestibule will have new epoxy flooring. All work in the hallway, vestibule, and restrooms shall be completed during off hours. c. Install cellphone extender in the communications closet. d. Furnish and install new pallet wrapping machine with scale and ramp. 1.2.3.1 Install Sectional Door - West Side Install new insulated sectional door in west side interior opening to match existing. Patch any CMU around frame as needed. Verify location with COR. a. Install new door to manufacture specifications. b. Verify power source for new door. c. Install new electric motor/opener. d. Install operational push button to open and close. e. Push Button shall only be located on the interior of the building. 1.2.3.2 Install New Bxl0 Roll Up Door Install new 8 X 10 roll up door in newly demolished opening. a. Opening shall align with existing sectional door creating straight path from opening to door. b. Door opening lintel shall be steel and supported per specifications. c. Infill and replace all CMU surrounding new Bxl0 roll up door frame and between expansion joints that has been removed during demolition. d. Install expansion joints where expansion joints previously existed prior to demolition. e. CMUs shall seal dock around opening from concrete dock to ceiling. f. Exterior CMU face shall be painted like in color of existing block. g. Interior block face shall be painted like in color of existing color. h. Install a 2B modified by 6-inch-thick gravel entrance form 6th street to new 8xl0 door. i. Manual Roll up door shall be installed per manufactures specifications. 1.2.4 Patch, Repair, Reinstall Includes: relocation of some racks in racking system per attached drawing; relocation of fans that interfere with new pallet racking; epoxy floor patching from existing rack configuration; repair of anything that will impact the construction or final use of the racking configuration; patching with concrete and epoxy at locations of removed fence poles (concrete patching will be flush with the rest of floor for forklifts); re-flashing of the existing northeast restroom exhaust fans located on the northeast dock roof to repair roof leak and replacement of damaged one. Patch, fill paint all holes and areas that were affected by old door and/or hardware. KEY ELEMENTS Architectural a. Wall type: All perimeter walls shall be designed and constructed to comply with structural requirements of the International Building Code for structural metal studs per manufacturers engineered recommendations to support a second-floor area for typical office area structural loading for first floor walls. The second floor shall meet all codes also. Walls and openings will be metal studs. Both floors shall have walls fully insulated with 6 11 batt insulation where applicable. b. Ceiling type: Ceiling areas shall be Commercial grade 2x2 suspended ceiling tile and grid system as manufactured by Armstrong or equal. c. Flooring type: First floor area shall be concrete finish with carpet tile glued down and 4"" rubber cove base. The second floor shall be structural metal joists designed to support standard office live and dead load requirements. Carpet tiles shall be finished flooring with 4""rubber cove base. d. Level of finish All walls shall be painted with all hollow metal doors and trims painted. Wood doors shall be stained. Aluminum window frames shall be clear anodized finish with clear insulated glass and tempered as necessary to meet code safety requirements. 1. 3. 2 Furniture a. Basis of design: to establish a quality standard, ALLSTEEL Terrace DNA system and modular furniture is modeled, this is the benchmark of desired construction, style, and quality. it is desired to match existing products used in other areas. b. Submission of equivalent product is desired and encouraged. In order to be able to assess technical qualifications, submit specifications on proposed equal for evaluation. It is desirable to match systems Heating Ventilating and Air Conditioning (HVAC) Packaged Rooftop Air Handling Units Low tonnage units (less than or equal to 10-tons) shall be packaged, rooftop units with electric cooling and gas heating capability.� Rooftop units serving different thermal zones, shall be provided with VAV capability with VAV terminal units. 1.3 .4 Plumbing In general, there is no additional load to the building plumbing utilities and distribution systems due to very limited alterations of the plumbing systems. It is assumed that all plumbing fixtures will be routed to sewer mains via pumping system. Pipe sizing for water, and sewer shall be in accordance with standard engineering practice and Tobyhanna Army Depot master specifications and industrial design guide. .5 Fire Suppression Provide wet based fire suppression system in in its entirety throughout building 5 Bay 4 to include modular office units and pallet racking pending designer�s approach. 1. 3. 6 Fire Alarm/Mass Notification System New devices and detectors shall be provided for all areas that may be impacted or recently constructed. TYAD encourages the designer of record to evaluate and reuse the recently installed existing fire alarm notification system. 1. 3. 7 Electrical The electrical work for this project consists of evaluation/replacement of existing electrical distribution systems as needed to support features of this project. Lighting shall be upgraded in its entirety to include control panels. High bay fixtures shall be placed to gain optimal lighting with respect to orientation of the racking system. All electrical work shall be in accordance with Tobyhanna Army Depot master specifications and industrial design guide. 1. 3. 8 Communications The communication work for this project consists of design and construction services as needed to support features of this project. Communication work within this project shall adhere to Tobyhanna Army Depot master specifications and industrial design guide. a. The following requirements are being used to convey the concept of this scope: ��������� (1) The Contractor will build a Telecommunications closet. The new ��������� telecommunications closet will be located near the center of the ��������� west wall within building 5 bay 4. �������������������� (a) All communication cables (voice and data) from the center of �������������������� the bay (North/South) to the west will originate from this new �������������������� telecommunications closet. �������������������� (b) The room will have air conditioning, wall/ceiling insulation �������������������� (Acoustiblok) for noise deadening may be needed, a 36""steel (no �������������������� windows) secured utilizing proximity lock system and tie in with �������������������� same equipment currently installed throughout the depot, lighting �������������������� with switch control. At least one wall will consist of 3/4"" fire �������������������� resistant plywood painted with a white fire-resistant paint. At �������������������� least two addition 120V duplex receptacles will installed, one on �������������������� the plywood wall and the other on an adjacent wall. The closet �������������������� will not share space with other utilities such as electrical, �������������������� mechanical, fire protection. The room will be sized according to the �������������������� area served with a minimum of l0xl0 feet. �������������������� (c) Install 2 each lockable communications enclosures in new �������������������� communications closet. 1 for data and 1 for voice. b. Install 4"" EMT for external egress communication lines, a minimum 2"" EMT conduits for internal distribution cables and 1"" EMT for drop side cables. c. Install a new 24 strand Single mode ribbon type cable to each new communications rack, fusion splice ends using ""LC"" pigtails. d. Install all wiring, speakers, amplifiers and microphones for Public address system and TVs for PAVIS and Desktops displays. e. Contractor is responsible for maintaining current communications needs of Depot users not in or impacted by the demolition or work done during construction. Temporary solutions may be needed (i.e. cabling/equipment) and that temporary work will be reworked into permanent solutions. PLACE OF PERFORMANCE The work is located in building 5 bay 4 located at the Tobyhanna Army Depot in Tobyhanna, Pennsylvania. 1. General: a. Business Name. b. Business Address. c. Cage Code. d. NAICS (list all NAICS under which your firm is registered). e. Responsible Point of Contact. f. Small Business Classifications: (8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business. (Indicate all applicable classifications and if self-certified). g. Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV) DISCLAIMER All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government.� There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. Questions regarding this Sources Sought must be requested via e-mailed to both Baisy Lanzo (Baisy.Lanzo@usace.army.mil) �and Cherita Williams (Cherita.L.Williams@usace.army.mil). Phone inquiries will not be answered or returned. Response Date: �03 September 2022 Archiving Policy: Automatic, 10 days after response date Allow Vendors to Add/Remove from Interested Vendors: Yes Allow Vendors to View Interested Vendors List: Yes
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/63d76c2d38314c8cbcfad451a9028f82/view)
- Place of Performance
- Address: Tobyhanna, PA 18466, USA
- Zip Code: 18466
- Country: USA
- Zip Code: 18466
- Record
- SN06439996-F 20220826/220824230128 (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 |