Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

Y -- Miscellaneous repairs to the Federal Regional Center (FRC)

Notice Date
3/24/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region I, 99 High Street, Boston, Massachusetts, 02110
 
ZIP Code
02110
 
Solicitation Number
HSFE01-11-R-0009
 
Point of Contact
Carol H. Domingue, Phone: 6179567529, Twalla Gray,
 
E-Mail Address
carol.domingue@dhs.gov, twalla.gray@dhs.gov
(carol.domingue@dhs.gov, twalla.gray@dhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FEMA Region One anticipates soliciting for a Firm Fixed Price Construction contract for Miscellaneous repairs at the Federal Regional Center in Maynard MA. This procurement is 100% set aside for Service Disabled Veteran Owned Small Business. The NAICS code for the project is 236220. The small business size standard is $33.5M. The period of performance is 60 days after receipt of award. To be eligible for award, vendors must be registered in Central Contractor Registration (CCR) at www.ccr.gov and online Representations and Certification Application (ORCA) at https://orca.bpn.gov/login.aspx. The RFP will be posted on or about March 27, 2011. This is a pre-solicitation notice only. Proposals are not being accepted at this time. PERFORMANCE STATEMENT OF WORK 1. LOCATION: 1.1. The location of the work is at the Federal Emergency Management Agency / DHS Maynard Facility 63 Old Marlboro Road, Maynard, MA 01754. Specific work location is in the dorm areas, stairwells and exterior walls on the front entrance of the building. 2. DESCRIPTION OF WORK: 2.1. The work consists of providing all labor, transportation, materials, parts, supplies, equipment, tools, subcontracts, and performing all work necessary to provide a complete and functional installation of the following elements as described below: 3. PRINCIPAL ELEMENTS: 3.1. The work to be performed includes the following principal elements: (The quantities of work listed are approximate and are provided only for the purpose of illustrating the general magnitude of work. The brief descriptions of work do not in any way limit the responsibility of the contractor (and any subcontractors) to perform all work and furnish labor, material, and equipment shown, specified or reasonably inferred by the below descriptions and drawings for the project.) 3.1.1. General Build-Out of Dorm Areas 3.1.1.1. The contractor shall complete with sheetrock on both sides of the existing wall located on the first floor level separating the Men's and Women's dorm area. 3.1.1.2. The contractor shall also be responsible for the separation of the electrical lighting between the two dorm rooms by installing separate switches next to all doors leading to the rooms. 3.1.1.3. The contractor shall install a new drop/suspended ceiling in both dorm areas and repaint both rooms and the adjacent hallway leading into the women's dorm room. Brand and color paint will be approved by the Contracting Officer's Representative (COTR). 3.1.2. Removal and Installation of Handrails 3.1.2.1. The contractor shall remove and dispose of the old hand railings from stairwells/landings (1) one and (2) two. 3.1.2.2. The contractor shall install ADA compliant (28 CFR Ch. I 4.26 Handrails) and OSHA approved welded tubular brushed aluminum hand rails to stairwells/landings (1) one and (2) two. 3.1.2.3. The contractor shall drill new holes and use new fasteners to attach the railings. 3.1.2.4. The contractor shall repair all wall and floor areas where the old railings were attached, this includes filling of holes from the old fasteners, sanding and painting the areas, brand and color paint will be approved by the COTR. 3.1.3. Investigate Exterior Wall Leaks 3.1.3.1.The contractor shall investigate the cause of leaks around the dog house and main entrance tunnel and provide FEMA with a detailed proposal including specified work to repair exterior wall leaks. 3.1.4.Repair Exterior Wall Leaks (Option line item 0001). Repair leaks as to prevent future damage of the exterior walls. 3.1.5. Install various electrical outlets in rooms stated below: 3.1.5.1. Install two (2) each duplex receptacles outlets in the framed walls of each of the following rooms 201, 219, 223, 227, 228 and 248 for a total of 12 receptacles. 3.1.5.2. Install one (1) each double duplex receptacle outlet in the ceiling of room 248 for ceiling mounted projector. 3.1.5.3. Install a total of four (4) each duplex electrical outlets just above the ceiling to operate the newly installed electrically operated projection screens. One (1) each will be installed in rooms 202 and 215 and two (2) each in room 248. 3.1.5.4. Installation of additional light switches and outlets. 3.1.5.4.1. Lights for rooms 201B and 202 are currently operating from one three way switch. They need to operate independently. (wall surface mounted switches are an acceptable option.) 3.1.5.4.2 Lights for rooms 125 and 125A are currently operating from one three way switch. They need to operate independently. (wall surface mounted switches are an acceptable option.) 3.1.5.4.3 Install two (2) each duplex receptacle outlets. One (1) each in rooms 125 and 125A. 3.1.5.5. Install (2) data boxes and conduit for VGA cable in room 248. 3.1.5.6. Install 2 quad receptacles and covers for existing boxes. 3.1.5.7. Rewire the light in room 118 so that it will operate off the room's light switch. All wiring, switches, breakers and outlets shall be a minimum of 20 amps, 120 volts. Contractor shall be responsible for running all wiring from the electrical panel is necessary as not to overload that circuit/breaker. 4. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK 4.1. The contractor shall be required to (a) coordinate scheduling of work with the government to minimize disruption, (b) prosecute the work diligently, (c) commence work under this contract within 10 calendar days after the date the contractor receives notice to proceed, and (d) complete the entire work ready for use not later than 30 calendar days after the notice to proceed. 4.2. Work shall be performed during normal duty hours for Government personnel, 7:00 am to 3:30 PM Monday through Friday, excluding Federal holidays. 4.3. All work methods and completed work must be in compliance with current industry accepted codes and standards, and in a professional and workmanlike manner. IBC, state, national and other codes and ordinances which apply to this project include, but not limited to the following (latest editions): International Building Code NFPA 101 Life Safety Code NFPA 70 National Electrical Code Telecommunications Industry Association 4.4. It is the responsibility of the contractor to properly dispose of all demolished materials. 5. GOVERNMENT PERFORMED WORK 5.1. The Government will perform the following: 5.1.1.The Contracting Officer will establish the boundary of Contractor's work area, including staging area, and the Government will limit its activities inside the work area to a minimum during the time the Contractor is at work. 6. SPECIAL OR UNUSUAL JOB CONDITIONS The project site should be cleaned up in keeping with normal industry practices, for example all paint cans and paint trays will be closed with a sealable lid, paint brushes and rollers and be cleaned and properly stored or covered in plastic to prevent spillage, trash will be collected and removed from the site, ladders will be closed and laid on the floor up against the wall, drop clothes will be folded and stacked neatly against the wall. Contractor will ensure that corridors and doors are passable after hours. 7. UTILITIES AND SERVICES 7.1. Water and electricity will be made available by the Government to the Contractor at no charge. 7.2. Existing restroom facilities will be made available by the Government to the Contractor at no charge. 7.3. CONTRACTOR'S OFFICE AND STORAGE SHED 7.4. Contractor's office and storage trailers are not required for this project. If used, place them as directed by the Contracting Officer. 8. CONSTRUCTION SIGN 8.1.Construction sign is not required, nor permitted, for this project. 9. SPECIFICATIONS 9.1. Work is to be performed in accordance with 4.3 above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegI/HSFE01-11-R-0009/listing.html)
 
Place of Performance
Address: Federal Regional Center 63 Old Marlboro Road, Bldg A, Maynard, Massachusetts, 01754, United States
Zip Code: 01754
 
Record
SN02409121-W 20110326/110324235122-d630d1d52e73f0ef1162238c6f3b52b7 (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.