Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
AWARD

Y -- Repair Building P-10670 Motor Pool-Replace Roof and Repair Doors

Notice Date
8/4/2009
 
Notice Type
Award Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
EC-00504-9J
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
Barbara Hunt, 315-772-9050<br />
 
E-Mail Address
ACA, Fort Drum
(barbara.hunt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W911S2-06-D-0005-0058
 
Award Date
7/30/2009
 
Awardee
Chugach Industies Incorporated<BR>3800 Centerpoint Drive Suite 601<BR>Anchorage AK 99503
 
Award Amount
3,154,385.14
 
Line Number
2002
 
Description
This contract action was accomplished using other than competitive procedures because this is an order under an existing contract that was awarded using non-competitive procedures. RECOVERY: This firm fixed price task order number 58 was awarded under Contract W911S2-06-D-0005 to Chugach Industries Incorporated and funded by the American Recovery and Reinvestment Act (ARRA) of 2009. Rationale for this action is as follows: The existing contract is one of two contracts awarded under the authority of the SBA 8 (a) program for the repair, rehabilitation and construction services. The contract is one of the primary means of providing quick and responsive contract support to accomplish installation minor construction workload priorities and surges. To ensure the intent of the Recovery Act is met, this contract provides the most expeditious and efficient method of expending Recovery Act funds. Numerous subcontracting opportunities are associated with this contract. The scope of work consists of upgrading the vehicle maintenance facility. The work shall include but is not limited to removing and replacing the overhead doors, including all exterior personnel doors. The interior doors and hardware shall be replaced with the same type as existing. The two set of bathrooms shall be upgraded to include new toilets, urinals, sinks, mirrors, lighting, toilet partitions, and urinal partitions shower receptor and tile walls. The roof shall be replaced with EPDM gutter for the length of the building both sides and removal of EPDM roofing, insulation and OSB board and replaced with new insulation (same thickness and type as removed), new 7/16 inch OSB over insulation, mechanically fastened with 0.060 EPDM roofing system fully adhered, snow load 70 PSF and 100MPH wind. The existing lube pits shall be upgraded by adding fiberglass grates (150 PSF rated), and lighting shall be upgraded to provide fluorescent units in the pits and the POL delivery system shall be upgraded. The floors in the repair bays shall be painted. The hand rails on the stairs and stairs themselves, to include steps shall be painted. The acoustical ceiling shall be completely removed, to include grid system and replaced with new tile. The floor tile shall be removed and replaced with new. Vinyl base shall be installed where tiled is installed and shall be stripped, sealed and waxed with one cost after installation. The electrical work shall include removing lights and replacing with new lights similar to the existing light fixture. In rooms 106, 127 (Repair Bays) new 200 amp 3 phase panel will be installed for future use. New hose reels at existing locations in the repair bays will be installed to accommodate a water and compressed air reel for each bay. In the existing repair bays the contractor is to install a new vehicle exhaust reel (2 per bay) and fan similar to the ones installed in VMF P-10265, remove existing ductwork for exhausting vehicle exhaust and remove fans and seal outlets to the outside. There are approximately 44 reels and 22 exhaust fans. Two of the bays shall be designated a welding bay, and welding curtains and exhaust fans shall be installed similar to welding bay in VMF P-10265. The fire detection system shall be upgraded to current NFPA 70, NFPA 72, NFPA 101 and UFC-3-600-01 standards to include, smoke detectors, fire alarm panel, enunciator panel, pull stations, emergency lighting, audible signals, visual signals, exit lighting and mass notification system. A sprinkler system will be added to the building to include an FDC on the exterior of the building and standpipe on the main entrance for fire departments to connect into the building. The siding that has been damaged or lost shall be replaced with similar metal siding to match existing. In the entrance vestibules, where there is floor grating, contractor shall remove, clean pit and install new grates similar to existing. An oil water separator shall be installed outside the existing oil water separator room, or another at location designated by the Government. The type of oil water separator shall be manufactured by Rockford Sanitary Systems Incorporated. The new oil water separator shall have full and complete access from the surface and be sized properly to accommodate all water flow from the facility and integral storage with double wall construction, leak detection, a high level sensor and alarm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ17/EC-00504-9J/listing.html)
 
Record
SN01898923-W 20090806/090805000540-bc6a4926d125c86585cf82fb055648fe (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.