Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOURCES SOUGHT

Y -- N40192 Design Build contract for RM 022-08 Repairs & Alterations, Joint Region Marianas Headquarters on Nimitz Hill, Guam

Notice Date
3/27/2008
 
Notice Type
Sources Sought
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019208R0003
 
Response Due
4/11/2008
 
Point of Contact
Doris Castro 671-339-8465
 
E-Mail Address
Email your questions to Procurement Contracting Officer
(Doris.castro@navfacmar.navy.mil)
 
Description
Sources Sought Notice Reference Number N40192082500 N40192 Design Build contract for RM 022-08 Repairs & Alterations, Joint Region Marianas Headquarters on Nimitz Hill, Guam This is a SOURCES SOUGHT NOTICE to identify firms capable of providing all labor, material, equipment, engineering, management, and supervision and all other incidental services and supplies required to complete the project ready for use. NO AWARD will be made from this Sources Sought. NO SOLICITATION IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors who have the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Doris.Castro@navfacmar.navy.mil. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT This ?DESIGN-BUILD? project will bring about needed repair with minor construction to accommodate the reestablishment of a Joint Region Command and Operations Center for Joint Region Marianas (JRM), Joint Guam Program Office (JGPO) and NAVFAC Marianas (NFM) on Nimitz Hill. The Contractor shall provide management, engineering, supervision, labor, materials, equipment, and all other incidental services and supplies required to provide a complete and usable facility with exception of site-civil work designated to be performed by separate source. This Design-Build project will accomplish needed repairs to Buildings 200NH, 202NH, 205NH, and the site. The Contractor shall also provide collateral equipment and furniture. The project scope includes approximately 50,000 square feet of demolition of other existing administrative space. A potential additive bid or contract option may be included to provide management and oversight of personnel movements from Naval Base Guam to the Nimitz Hill site once repairs are complete. Roads and parking areas shall be reconfigured as necessary to conform to new stand-off distances required for Anti Terrorism / Force Protection. Building 200NH will be repaired as an administrative facility and modified to comply with current standards for AT/FP, Life Safety code and other applicable regulations. The completed facility shall be designed and modified to meet requirements for LEED-Silver rating by the U.S. Green Building Council. Building 202NH shall be repaired and modified to contain standby electrical generating equipment. Building 205NH shall be repaired and modified to accommodate administrative functions for NFM. At Building 200NH: Repair and restore building 200NH for use as Joint Region Marianas (JRM) headquarters, Joint Region Operations Center, and NAVFAC Marianas headquarters. Provide additional seismic strengthening to meet code; repair existing roofing system and replace insulation; replace deteriorated window-wall with Anti-Terrorism/Force Protection (AT/FP) compliant windows and wall system; replace exterior doors with AT/FP compliant doors; replace all exterior and critical interior door locksets for electronic key control; repair and modify partitions and add partition walls to accommodate revised interior layout for military headquarter use; remove or encapsulate asbestos floor tile with vinyl tile and carpet as appropriate; repair and refinish interior wall surfaces; replace suspended acoustical ceiling system; repair hydraulic 3-stop elevator; reuse two chillers and heat exchangers of existing air-conditioning system and add a third; replace existing air handling unit s, supply and return ducts and diffusers at basement level; replace existing individual window, split system and package air conditioners at 1st and 2nd floor levels with central chilled water system and replace handling units, supply and return ducts and chilled water piping; remove deteriorated heat and fume producing emergency generators from basement and replace with energy efficient generators in building 202NH; replace deficient electrical power circuits and distribution panels, replace lighting, emergency exit directional signs and 120-volt power outlets, provide signage inside and out. Restore the emergency management and command/dispatch center in lower basement of building 200NH and provide with a secure communication facility and Video telecom; add a 512 SF mezzanine deck for Tier 1 oversight. Replacement of electronic information systems (SIPR, NIPR, Computer network, telephone and video systems) and installation of office systems furniture will be performed b y others. At Building 202NH: Existing space to support the replacement and relocation of emergency generators from building 200NH. Remove interior CMU partitions and chain-link fence to create open space for equipment, retaining one partitioned space as control center; provide rollup door and 2 intake and 3 exhaust ports with noise attenuation deflectors. Replace 2 each 500 kW high efficiency diesel generators and 1 each 150 kW fail safe generator all with automatic transfer switching (ATS); replace fuel tank with one sized for generators to operate up to 72 hours without refueling; provide 1 each high efficiency transformer 13.8 kV to service voltage; Add fire sprinkler system to comply with fire protection code; Reuse existing air-conditioning unit in control room with generator room ventilated by engine generators and roof mounted exhaust fan; reuse existing lighting system; replace all exterior and interior door locksets for electronic key control. At Building 205NH: Remove food service equipment that is no longer needed; repair and modify existing partitions to accommodate revised interior layout; repair suspended acoustical ceiling system, modify air-conditioning, fire sprinkler, power and lighting systems to conform to revised configuration; replace exterior doors with AT/FP compliant doors; replace all exterior and critical interior door locksets for electronic key control; replace signage inside and out, install information systems (SIPR, NIPR, Computer network, telephone and video systems), and security systems. Site Work: Arrange for main entrance to be accessible to the public, reconstruct traffic features to conform with AT/FP requirements, and security surveillance and interdiction measures. Contractor shall coordinate construction activities with military engineers assigned to provide earth work, paving, and other site improvements. This project includes the demolition of the following buildings: B100 (12,306 SF) B101A (12,096 SF) B102 (2,560 SF) B105 (13,146 SF) B207NH (11,869 SF) Design for the repairs and construction at Building 200NH, 202NH and 205NH will be approached with the goal of earning recognition by the U.S. Green Building Council for Leadership in Energy and Environmental Design (LEED) Green Building Rating System. This is possible through selection of appropriate insulation values for roofing, exterior walls, windows and doors; by harvesting of natural lighting where possible; by selection of energy efficient lighting and air conditioning systems; by selection of fuel efficient backup generators, and energy efficient transformers and other electrical equipment; quality storm water design with ponding basins, promotion of alternative transportation, water efficient landscaping and other. It should be possible to achieve LEED Certification or perhaps LEED Silver. Other buildings are not scheduled to be renovated under this project. Telecommunication equipment and cabling will be furnished and installed by a separate provider. The contractor shall include in its design the physical layout of this equipment and shall furnish and install conduit and other raceway needed to support and organize communication cabling. The Contractor shall provide construction plans, specifications and basis of design conforming to the foregoing Requirements complete and suitable for the work at hand. All plans and specifications shall be prepared under the direct supervision of, and signed by a registered professional engineer who is licensed in any state or territory of the United States in the specific relevant engineering discipline. A licensed structural engineer shall inspect Building 200NH and determine corrective actions to be taken, if any. The Structural engineer shall prepare a report for submission to the Contracting Officer. The project is located in an area of historical importance and archeological finds are likely to be discovered. The contractor shall exercise all necessary precautions to avoid disturbance or damage to such items. This is especially so in the vicinity of the East Parking area. INFORMATION FOR POTENTIAL OFFERORS The purpose of this NOTICE is to gain knowledge of potential business sources for this Design-Build contract for Repair & Alterations, Joint Region Marianas Headquarters on Nimitz Hill, Guam. The estimated construction cost is between $10 million and $15 million. Interested sources are invited to respond to this sources sought announcement. Respondents shall provide up to five projects that best demonstrate the company?s experience relative to the types of work covered by this requirement. Projects should be representative of NAICS Code 238990 and size standard $13 Million. No awards will be made from the responses to this sources sought. Responses will be used to determine appropriate acquisition decisions for a future procurement. In responding to this sources sought, please indicate your business size in accordance with FAR Part 19 and the NAICS Code 238990. Specifically, please indicate if you are a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or woman-owned small business concern. This project will require bonding in accordance with the Miller Act so provide your firm?s bonding capacity as well. Please respond to this announcement by 2:00p.m. (Guam Time) on 11 April 2008, via email to Doris.Castro@navfacmar.navy.mil. The subject line of the email shall state REPAIR & ALTERATION, JOINT REGION MARIANAS HEADQUARTERS, NIMITZ HILL, GUAM. Responses received after the deadline or without the required information shall be considered unac ceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants. THE GOVERNMENT INTENDS TO ISSUE ANY SOLICITATION SUBSEQUENT TO THIS SOURCES SOUGHT EXCLUSIVELY THROUGH THE INTERNET WEBSITE AT https://www.neco.navy.mil.
 
Record
SN01543574-W 20080329/080327225157 (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.