Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

Y -- Construct Air Intelligence Exploitation Facility and Remodel Buildings 41, 48, and 54 for the 184th ARW, Kansas Air National Guard, McConnell AFB, Wichita, Kansas

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-04-R-4022
 
Response Due
7/14/2004
 
Archive Date
9/12/2004
 
Point of Contact
Tom Coleman, (785) 274-1211
 
E-Mail Address
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Proposed contract action is for construction services for which the US Property & Fiscal Office for Kansas may award a single contract or a maximum of three contracts for remodeling of Buildings 41, 48, 54 and construction of a 22,200 SF Air Intelli gence Exploitation for the Kansas Air National Guard, McConnell AFB, Wichita, KS. Construction work on Buildings 41 and 48 requires both facilities be combined under one construction contract. From date of receipt of Notice to Proceed the required perform ance period for all projects is 480 calendar days, except Building 54 which is 240 calendar days. General Requirements: Buildings 41 and 48 are located adjacent to one another. The site work around each building includes removing portions of an existin g asphalt parking lot Anti-Terrorism/Force Protection, AT/FP, requirements. The remaining parking areas, approximately 40,000 SF, will have a 2 inch asphalt mill and overlay and be re-striped. There is side walk and concrete paving work required around b oth buildings. Landscaping in front of building 48 will also be included. A small metal storage building shall be demolished as part of this contract. Several automatic type barrier arms will also be installed to control vehicle access around the buildi ngs. A shared Central HVAC Chiller Plant will also be constructed as part of this contract and serve both buildings. This will include a small 17 foot x 30 foot block and brick pump house and a 10 foot high brick wall constructed around the chiller plant. The Chiller plant will be an ice generation plant. The chiller plant itself includes an existing 125 ton chiller, a new 170 ton chiller, a new ice storage generation/storage compartments, and the primary loop pumping equipment. Both buildings are serve d by multiple Variable Air Volume, VAV, Air Handling Units, AHU, which intern feed remote fan powered VAV terminal boxes. Work applicable to Building 41: Building 41 is an existing 68,120 SF aircraft maintenance hangar. The central portion is an aircraft hangar. The perimeter areas along the North, South, and West are two story office and supporting maintenance areas. The building is masonry construction around the base of the building with metal building framing and paneling above. The roof over the ce ntral section is metal panels over metal framing. The lower roofs are flat with built-up roofing. A new standing seam metal roof shall be installed over both the hangar area and lower office areas. It is the intent of KSANG to reconfigure this area for a ircraft engine repair. A new mezzanine and first and second floor office/maintenance areas shall be constructed on the interior along the west side of the hangar. The new first and second floors will house support services for the engine repair shops. T he new mezzanine will house mechanical and electrical equipment. A large portion of the existing office areas will be remodeled. A complete new HVAC and controls system will be installed. The building will also include a new wet pipe fire protection sys tem and alarm. The electrical systems will include new lighting in the hangar bay and remodeled office/shop areas. All work on building 41 will be done in four separate phases to accommodate owner occupancy of the building. There are also several Options on building 41. Option 1B is to provide a monorail and hoist system in the Refuel/Boom room. Option 2B is to provide miscellaneous building amenities. Option 3B is to paint the existing roof deck and structure inside the building. Option 4B is to demol ish building 45, small metal storage building. Work applicable to Building 48: Building 48 is an existing 45,605 SF building that has undergone at least one remodel/addition. The building is masonry construction with some stud and gypsum board partitions . There are three (3) areas of storefront construction with glazing on the front, east, and south sides of the building. The original building is slab-on-grad e, with the west portion of the building stepped down 4 foor from the east portion. The lower area includes a parachute-drying tower. The south portion of the west (lower) area is a two-story with 3,760 SF on the second floor. The two (2) story areas ha ve metal sandwich panels on the upper walls. A new sloped standing seam metal roof will be installed over the existing flat roof except in the areas of the parachute tower, small overhang area, and the circular break room area. These areas will remain fl at and provided with new membrane roofing and flashings. The renovated building will house Squadron Operations, Survival, and IWAS facilities. The building will be vacated during construction. The entire building will undergo a major renovation. Existin g corridor/egress paths have been maintained to a large extent. The intent of the design is to leave, where functional, as many of the existing walls as possible in place. New interior finishes will be provided throughout the building. A 3,527 SF additi on will be added to the south end of the building. The building addition will be constructed using similar exterior finish materials (i.e. brick and metal panels) to match the existing building. The building will be completely remodeled to include new Pl umbing Systems, Fire Protection, fire alarm system, HVAC, and Electrical power and lighting. The exterior signage on the parachute tower shall also be replaced. There are several options on this project. Option 1A is to provide a critical branch hook-up to the base standby power plant. Option 2A is to provide miscellaneous building amenities. Option 3A is to provide fixed auditorium seating in two locations. Option 4A is to provide a cementuous coating on the existing retaining/screen walls. Option 5A is to remove the existing backer rod and sealant between the insulated porcelain metal wall panels and replace with new backer rod and sealant. Option 6A is to repair spalls, chips, etc. to the existing pre-cast concrete wall and to remove and replace th e back rod and sealant between the pre-cast panels. Option 7A is to replace the aluminum storefront windows at the second floor command post offices with new. Building 54: This Project consists of remodel of existing Building 54. Work includes constru ction of a mezzanine floor at the southeast portion of the building, other interior remodel, modifications to piping, fire protection, electrical lighting and electrical power systems. Removal and replacement of existing site improvements are also include d. -- 9 Options Items Air Intelligence Exploitation Facility: This is a new 22,200 SF facility consisting of a classified operations floor, mission planning space, communications equipment area, training space, offices meeting reception area, latrines and lockers. Work includes the demolition of slabs, footings, and utilities of existing facilities 38 and 39. The Building superstructures are to be removed by others. Work includes installation of water pollution, erosion, sediment, dewatering, and flood control facilities, new parking lot for approximately 130 vehicles, new storm drainage piping to tie into existing system, Fuel storage tanks, Fire main loop around the facility including fire hydrants. Building shall meet ADA Accessibility requirements. The exterior walls consist of a combination of split-faced CMU block, metal siding and brick veneer. Access floor areas located within the interior building SCIF limits shall consist of a computer access floor system supported by a slab-on-grade recesse d 18 inches below finished floor. The main building mechanical system will be a four-pipe air handler utilizing constant air volume. Two stacked air handlers will serve the majority of the building and will act as back up for all Sensitive Compartmented Information Facilities (SCIF) areas of the building. Conditioned spaces will have plenum returns except in the Ops Floor and Mission Communication area. New d uel fuel boilers will be utilized for heating. Air-cooled chillers will provide cooling except for the Mission Communications and Operation areas. An additional dry bed fluid cooler will cool these areas. HVAC will be controlled with new DDC controls. Th is project will have a Base Bid and five (5) options. Option 1 is to provide two new 600k W engine-generator sets; Option 2 is to provide two new 225 k W UPS systems; Option 3 is to construct a new standby power facility (8 sub Options); Option 4 -- 250 S F spall repair; and Option 5 - 40 LF vertical curb and gutter. The estimated construction cost for aggregate all projects is more than $10,000,000.00. The type of contract is a firm fixed price. Failure to submit an offer on all price items for Projects Bldg. 41 and 48, Bldg. 54, or Air Exploitation Facility shall result in rejection of the proposal. Construction/contract completion time is anticipated to take approximately 480 days, except Bldg. 54 (240 days) after notice to proceed. The North American Industry Classification System (NAICS) code for this work is 236120. The small business size standard is $28.5 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis in accordance with the Small Business Competitiveness Demonstration Program (ref. FAR 19(c) (2). The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for issuing the solicitation is on-or-about June 14, 2004. The tentative date for the pre-proposal conference is on-or-about June 24, 2004, 10:00 a.m. local time at the 184th ARW, Building 3, McConnell Air Force Base, Wichita, KS and all contractors are encouraged to attend. ALL questions for the pre-proposal conference must be submitted using Pre-Proposal Inquiry Form (Exhibit G) by June 18, 2004 via e-mail to tom.coleman@ks.ngb.army.mil or fax to (785)274-1642. The solicitation closing date is sche duled for on-or-about July 14, 2004. The contract will be awarded under FAR Part 15 Source Selection procedures specified in the solicitation. Evaluation factors include Price, Past/Present Performance and Technical requirements to include but not limited to a detailed proposed work schedule in CPM format and a detailed project management plan to include identification of construction team companies and subcontractors. The Government intends to award without conducting discussions, therefore, the offerors i nitial proposal shall contain its best terms. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. The solicitation, all amendments, site visit minutes and questions with answers will be posted on the web. Perspective offerors must register at the web site. There is no charge for the plans and specifications, which will be ava ilable at the following internet site http://ngks.net/ebs/advertisedsolicitations.asp The entire solicitation including plans and specifications will be available in electronic format via compact disk. All construction firms who registered on the web page will receive a mailed CD of the plans and specifications. Plans rooms and printing companies must request a CD from the USPFO for Kansas. DISCLAIMER: The official plans and specification will be available on CD, the Government is not liable for informati on furnished by any other source. Amendments, if/when issued will be posted to the EBS page for electronic downloading. This will normally be the only method of distributing amendments; therefore, it is the offeror??????s responsibility to check the web si te periodically for any amendments to this solicitation. Web sites are occasionally inaccessible due to various reasons. The Government is not responsible for a ny loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquires must be in writing, preferable via email to the persons specified in the soli citation. All answers will be provided in writing via posting to the web. Place of performance is Kansas Air National Guard, 184th Air Refueling Wing, McConnell AFB, KS, Wichita, KS.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00592137-W 20040527/040525212241 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.