Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
MODIFICATION

Z -- ADAL KC-135 Corrosion Control Hangar

Notice Date
7/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-10-B-0002
 
Archive Date
7/28/2010
 
Point of Contact
CARA L. POTTER, Phone: 608-427-7276
 
E-Mail Address
cara.potter@us.army.mil
(cara.potter@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THE ABOVE NUMBERED SOLICITATION BID OPENING DATE HAS BEEN RESCHEDULED FROM THU, 8 JUL 2010, 2 P.M. UNTIL A LATER DATE. WATCH FOR A MODIFICATION TO BE POSTED SHORTLY. The project consists of constructing an addition to the existing hangar to enclose the tail section of aircraft to allow for maintenance during inclement weather in a northern tier climate. The project will include a new structural framing system, exterior block and metal panels, EPDM roofing, interior insulation and membrane system, resinous floor coating and new single directional horizontal sliding door system. The addition will include additional lighting, mechanical system, deicing fill station and trench/floor drains. The existing fire suppression system will be expanded on to provide a fully sprinkler system of the new addition as described herein and shown on the construction drawings. The contract consists of a base bid and eight bid options as described below: Base Bid: Provide building addition to B304. Work shall include but not be limited to site airfield apron work, concrete foundation and flatwork, building envelope, interior finish, resinous floor system for building addition, insulation in building addition, EDPM roof, mechanical piping, HVAC, plumbing, fire protection, electrical and special systems; all work as described on the drawings and within contract documents. Bid Option 1: Provide a resinous floor system for the existing portion of the hangar floor. Base bid includes resinous floor in building addition. Bid Option 2: Provide new fiberglass thermal batt insulation and membrane system on the interior walls and ceiling of the existing hangar. Base bid includes insulation in building addition. Extend all existing electrical, mechanical, plumbing and fire suppression systems that would get concealed by the new insulation system. Bid Option 3: Provide separate metering for the electrical, water, and gas for the addition only of B304. Bid Option 4: Remove existing air compressor and components and provide and install new air compressor and components. Bid Option 5: Remove existing air line main. Provide and install new main and connect existing air line branches. Bid Option 6: Provide and install an 8KW photovoltaic system, including solar panels, inverters, wiring, conduit, racking, metering, over current protection and disconnects. All roof pipe supports noted on S-123 and associated lashings are to be included in this bid option. Bid Option 7: Upgrade Bid Option 6 to provide and install a 15KW photovoltaic system including solar panels, inverters, wiring, conduit, racking, metering, over current protection and disconnects. This bid option will be accepted with Bid Option 6 as an upgrade to a 15KW system. Bid Option 8: Provide and install new energy efficient high bay fluorescent fixtures and lighting controls in the existing hangar. Bid Option 9: This bid option will be accepted with Bid Option 2. Provide all work under Bid Option 2. Provide a credit for the elimination of the interior ceiling fiberglass thermal batt insulation and membrane system and associated utility extensions. Remove existing roof membrane and ballast. Provide a new white EPDM fully adhered membrane with new 8" polyisocyanurate insulation over existing roof deck. Remove and reinstall lightning protection system attached to existing roof and coping. Provide new perimeter metal roof edge at all roof edges. Provide new penetration flashings for all existing penetrations in accordance with project details and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-10-B-0002/listing.html)
 
Place of Performance
Address: General Mitchell Field, 1685 Grange Avenue, Milwaukee, Wisconsin, 54618, United States
Zip Code: 54618
 
Record
SN02197724-W 20100709/100707234538-60873e67cdbfa8ec57e99387446e0fdf (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.