Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOURCES SOUGHT

99 -- Asbestos Abatement at the Seattle Air Route Traffic Control Center, Auburn, WA

Notice Date
5/30/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Northwest-Mountain Region, FEDERAL AVIATION ADMINISTRATION, ANM-53 ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFANM-08-R-00105
 
Response Due
6/11/2008
 
Archive Date
6/26/2008
 
Point of Contact
Kevin O'Hara, (425)227-2869
 
Small Business Set-Aside
N/A
 
Description
This action is 100% set aside for Small Business.Estimated Range of construction is $1,000,000 to $5,000,000 The FAA is seeking Washington State licensed abatement contractors to perform all work associated with the roof replacement over the vacant M-1 Control Room as well as the demolition and asbestos removal in the Control Room and Attic. Work also includes the demolition and asbestos removal on the second floor and Attic space of the Automation Wing at the Seattle Air Route Traffic Control Center (ARTCC) located at 3101 Auburn Way, South, Auburn, Washington. At no time may the asbestos project in the Control room and attic and the asbestos project on the second floor Automation and attic be done concurrently. One portion of this project is the demolition and asbestos removal on the second floor and Attic space of the Automation Wing. The Work includes: Abatement of hazardous materials on the second floor and in the attic, the known hazardous materials are the following:The materials that include asbestos are existing carpet and carpet mastic, floor tile and mastic, room partitions, spray on fireproofing, mechanical insulation, ceiling tiles, ceilings that are constructed of drywall and plaster/skimcoat, fire door insulation, mechanical piping & ducting insulation and ducts, and mechanical units. The material that contains lead is paint on structural members. The removal of existing finishes and walls. The removal of mechanical systems (air handling units and associated ductwork, piping, controls and exhaust fans, plumbing fixtures and associated piping, fire sprinkler piping) The removal of electrical systems (lighting, power, public address system, LAN, telephone, and fire detection) and PCB ballasts. The other portion of this project is the roof replacement over the M1 Control Room as well as the demolition and asbestos removal in the M1 Control Room and Attic. Work includes: The first floor Control room and the attic must be abated of all asbestos. There is asbestos contaminated carpet and carpet mastic on the floors and some walls, extensive spray on fireproofing on the structural members in the walls, ceilings, attic area, and in the roof and parapet construction. All structural members are coated with lead based paint. There are also lead based paint coatings throughout the building. The air handling unit, ductwork, and controls in the Control Room shall remain. The air handlers, ductwork, and controls in the attic must be removed. All existing circuits, lighting fixtures, PCB ballasts, and power panels must be removed as well as all feeder conduits and wiring back to the source. The existing asbestos built up roof of the Control Room must be replaced with a single ply TPO membrane roof. This must be accomplished after all asbestos for the interior of the attic have been removed. All work must be coordinated in order to maintain an operational facility. The Contractor shall be responsible for repairing all damage incurred during demolition/construction. The area of work must remain clean and clear of all hazards. Prime contractors will be asked to provide proof of Washington State asbestos abatement licensing and to list projects of similar size and scope performed over the last 5-year period. The total contract duration for completion of all work is 365 calendar days with the exception of the FAA moratorium. (No work shall be scheduled or take place during the week of and the weekend preceding and following the Thanksgiving, Christmas and New Years Holidays.) Prospective offerors must perform a site visit to assess the actual conditions before submitting a proposal. Details will be available in the solicitation. Requests for the solicitation package must be submitted in writing to Kevin O'Hara, ANM-53, 1601 Lind Ave., SW, Renton, WA 98057; by email to the above address or by fax to: (425) 227-1055. Solicitation packages will be available on or about June 15, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a6679136abe793b090763ef344733127&tab=core&_cview=1)
 
Record
SN01583490-W 20080601/080530215712-a6679136abe793b090763ef344733127 (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.