Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
MODIFICATION

Z -- Design/Build Renovate BEQ Buildings 902 & 1752

Notice Date
2/22/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62477-04-R-0012x036
 
Response Due
3/1/2007
 
Point of Contact
Tonja Fraser-Jenkins, Contract Specialist, Phone 301-744-2188, Fax 301-744-4465, - Linda Atchinson, Contracting Officer, Phone 301-744-2185, Fax 301-744-4475,
 
E-Mail Address
tonja.fraser-jenkins@navy.mil, linda.atchinson@navy.mil
 
Description
This is a Design/Build project to renovate the interior of two to three buildings, to include upgrades to the mechanical and electrical systems. Building 1752: Exterior work to the building includes the replacement of the roofing shingles, gutters and downspouts, doors and windows, repainting of guard rails and hand rails, and the repair of spalling concrete. This includes the removal of closet units in each room in order to create a space for the sprinkler riser. A new closet shall be constructed for replacement. Site work is limited to the extension of an existing river water line from an existing hydrant to the Sprinkler Room (existing Baggage Room). Phasing will be critical, and should allow the occupants to relocate within the facility. The project is predominantly renovations to the interior without alterations to the floor plan. Repairs to the exterior extend only to the patching of the structural concrete. As such, there are no design challenges with the exception of Construction Phasing. The existing floor plan will not be altered. The contractor shall provide an allowance to investigate approximately 36 berthing rooms for mold and abate. All infected materials shall be replaced in kind. Construction will take place in an occupied facility. Building 902: This is a Design/Build project to renovate the interior of the Building, including upgrades to the mechanical and electrical systems. The Galley portion of this building is not included in the contract, with the exception of a roofing replacement and the addition of a fire suppression system. Exterior work to the building includes the replacement of the roofing shingles, gutters and downspouts, doors and windows, repainting of guard rails and hand rails. A new concrete ramp shall be installed to replace a wood ramp and all existing painted concrete steps and stoops shall be power washed down to bare concrete and coated with clear, non-slip epoxy. With the intent of renovating every dorm room, it is necessary to phase the renovation by floors or by blocks of rooms,. This will enable the users to shift rooms as required until all renovations are complete. This project is predominantly renovations to the interior without alterations to the floor plan. Repairs to the exterior extend only to the patching of the structural concrete. As such, there are no design challenges with the exception of Construction Phasing. The Contractor shall provide an allowance to investigate approximately 36 berthing rooms for mold abatement. As an OPTION, Building 1542: Building 1542 is a 2-story barracks originally constructed in 1972. It is a brick structure with a standing seam metal roof. There are (7) quadrants each with (4) bedrooms and (1) common lounge. There are (28) total bedrooms. Provide interior renovations to wall surfaces, light fixtures, clean out mechanical units and adjust entry doors. Exterior scope shall include caulking windows and replacement of gutters and downspouts. All of the bathrooms and the first floor mechanical room are not to be disturbed. Construction will take place in an occupied facility. Phase will be critical to allow the occupants to relocate within the facility. The budget for this project is estimated to be between $5,000,000.00 - $10,000,000.00. The applicable Department of Labor Wage Determination for this order is General Decision Number MD030046, Modification Number 25, revised 12/1/2006. A Site visit is planned for Tuesday, 11 January 2007 at 9:30 AM at the Auditorium (Building 320) (near the corner of Strauss and Patterson Roads) on NSCW Indian Head, Maryland. If you plan to attend, please submit in writing no later than 12:00 Noon on 10 January 2007, your list of attendees who will need base access to: James Desmond at james.desmond.ctr@navy.mil or (301) 744-2176 or fax access requirements to (301) 744-4465. Individuals working on (commercial or construction) must be U.S. citizens, immigrant/ resident aliens who hold a current resident alien card with a photo (i.e. I-551 with a photo and without an expiration date) or who hold the new type I-766 Employment Authorization card (with magnetic strip, photo, hologram) issued by Homeland Security in their possession in order to enter the installation.
 
Place of Performance
Address: Public Works Department, FEAD Indian Head, Building 503,, Indian Head, Maryland
Zip Code: 20640
Country: UNITED STATES
 
Record
SN01237100-W 20070224/070222221212 (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  © 1994-2020, Loren Data Corp.