Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
MODIFICATION

X -- Modular Building

Notice Date
6/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
EFY1285T
 
Archive Date
7/5/2011
 
Point of Contact
Kristina Brannon, Phone: 8508820346
 
E-Mail Address
Kristina.Brannon@eglin.af.mil
(Kristina.Brannon@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is NOT a pre-solicitation/solicitation notice pursuant to FAR Part 5, but a market survey to identify sources that are capable of providing a 112' x 76' modular building as an interim office space for a 60 month lease. This effort is in support of the 46th Test Wing at Eglin AFB, FL. Leasing: For this operational lease, the vendor would deliver all necessary materials, transport and assemble the buildings, perform regular and emergency maintenance by warranty, and remove the structure at the end of the lease term. The structures remain the property of the vendor. The vendor would be required to hook up utilities. Period of Performance: Base period would be (60) months: 1 year lease and four (4) 1 year lease options Site Location: The vendor would deliver the re-locatable building to Eglin AFB, FL Responses MUST: -Include drawing and specifications of the modular facility -Include an estimated cost to provide this service REQUIREMENT: Compliance: The vendor would be required to meet the attached Eglin's Architectural Compatibility Plan (ACP), Force Protection/Antiterrorism, Accessibility, Safety, Seismic, Environmental and Construction codes and standards and ALL codes listed below (these codes are required to be met): -Unified Facilities Criteria (UFC) 4-610-01N Design: Administration Facilities -Unified Facilities Criteria (UFC) 4-010-01 Design: ATFP Minimum Requirements for Relocatable and Temporary Facilities -Unified Facilities Criteria (UFC) 3-600-01 Fire Protection Engineering for Facilities -Unified Facilities Criteria (UFC) 3-410-01FA Design: Heating Ventilation and Air Conditioning -Unified Facilities Criteria (UFC) 3-520-01 Interior Electrical Systems & 3-501-03N Electrical Engineering Preliminary Considerations -American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRE) Standard 62.1-2004, Ventilation Indoor Air Quality -Uniform Building Code (UBC) -International Building Codes (IBC), (including building, mechanical, plumbing, fire prevention) -National Electrical Safety Code (NESC) -Life Safety Code -National Fire Protection Association (NFPA) 10, 13, 17, 70, 72, 101 -American Society of Civil Engineers (ASCE) 7-98 -American with Disabilities Act (ADA) -Steel Door Institute (SDI) -International Plumbing Code (IPC) -Sheet Metal & Air Conditioning Contractors National Association -2011 National Electrical Code -MIL-HDBK-419 -Electrical Power Supply and Distribution AFJMAN 32-1080 -Engineering Technical Letter 90-6 FACILITY REQUIREMENTS: Re-locatable building shall meet at a minimum, but not limited to, the following requirements: Sizes/Dimensions: -8500 SF Administrative Facility -Open Administrative area (70) people - Three (3) Admin Offices -One (1) Break Room - One (1) Conference Room (supporting 15 people) -Men and Women Restrooms that have two (2) sinks and two (2) toilets each, with two (2) urinals in the Men's Restroom -One (1) Mechanical Room/Storage Room -One (1) Communications Room -One (1) Housekeeper's Closet Occupant Load: (80 people) 112'x76' is the required footprint and the utilities are configured to support it. Please provide information on any buildings that are 112'x76' or even slightly larger. SITE WORK AND EXTERIOR UTILITIES: Building Construction: Buildings shall be of modular construction and shall comply with current model building codes included in the compliance section above and the attached Eglin's Architectural Compatibility Plan (ACP). Design Loads: -Roof dead load -25lbs/SF -Roof live load -25lbs/SF -Floor dead load -25lbs/SF -Floor live load -50lbs/SF -Wind loads -140mph -3 second gust, in accordance with American Society of Civil Engineers ASCE 7-98 -Seismic zone -0 Building Chassis: Buildings shall be in accordance with the building manufacturer standards. All chassis components must be of the appropriate size, number, and rating for particular application. All components would be as factory prepared and painted prior to delivery to the site. Connection of individual chassis to one another shall be as recommended by the chassis manufacturer. Floors: Floors must be built-up on the building chassis and shall include joists, band joists, blocking, plywood tongue and groove plywood decking. All floor components must be of the appropriate size, spacing and grades to meet specified design loads and shall be securely fastened to the chassis. Marine grade or pressure treated plywood and/or government approved alternatives shall be used in both restrooms. The use of particle board is prohibited. Exterior Walls: Exterior walls must have a suitable exterior sheathing compatible with Eglin's Architectural Compatibility Plan (ACP), be insulated, and contain a vapor retarder. Framing must include sole plates, wall studs, top plates, blocking, bracing, built-up tees and corners, headers, cripples and bucks. All framing components must be of appropriate size, spacing, and grades to meet the specified design loads. All exterior walls would need to be secured to the floor structure with engineered metal floor-tie anchors. Wall color would be required to be off-white (Federal Standard 595A, 37779). Accent color would be light brown (Federal Standard 595A, 30318). These are required by the Eglin ACP. Interior Walls: All framing components must be of appropriate size, spacing, and grades to meet the specified design loads. Framing would be required to include sole plates, wall studs, top plates, blocking, bracing, built-up tees and corners, headers, cripples and bucks. All load-bearing interior walls, including columns, must be secured to the floor structure with engineered metal floor-tie anchors. Interior walls in the restrooms would be required to be of monolithic waterproof assembly to prevent water leakage into the wall cavity and into the wood flooring. Restroom areas must have waterproof (green board) gypsum wallboard and/or government approved alternatives. Interior gypsum wallboard should be 5/8" thickness. Roof: Roof pitch shall be a minimum of 4:12. Roof shall be in accordance with the building manufacturer and must include an appropriate roofing membrane system, flashing, insulation, and a vapor retarder. It has been noted that typically maunfacturer's roof membrane systems require 1/4:12 pitch; this is acceptable. All framing components must be of appropriate size, spacing, and grades to meet the specified design loads. All chassis components must be of the appropriate size, number, and rating for the particular application. All components would be factory prepared and painted prior to delivery to the site. Roof color would be required to be off-white (Federal Standard 595A, 37722). Exterior Finishes: All exterior finishes must be in compliance with Eglin's Architectural Compatibility Plan. All exterior siding (and components), trim, and gutters would be required to be factory prepared and painted prior to delivery to the site. The building must include skirting that is vented and constructed of material matching the exterior siding. Exterior Doors: All exterior metal doors shall comply with the requirements of the Steel Door Institute (SDI). Doors would be required to be factory painted and ready for finishing. Interior Doors: Doors would be required to be factory primed, sealed and finished. Windows: Windows must be furnished as assembled units complete with glazing, spiral balances, locking devices, and insect screens. Each window will be required to be adjusted for proper operation. ATFP criteria can be met by installing mylar film during construction that is secured into the frame. An item called Blastgard meets this standard. Interior Finishes: Finishes including flooring, walls, and ceilings, etc. must be in accordance with the Eglin Architectural Compatibility Plan. Interior Accessories: To include fire extinguishers, toilet partitions, soap dispensers (one for each sink), towel dispenser (at least 1 for each restroom), and toilet paper dispensers (one for each toilet) must be in accordance with the Eglin Architectural Compatibility Plan. Plumbing: All plumbing must be installed in accordance with the International Plumbing Code (IPC). Piping must be extended to all new plumbing fixtures, water heaters and other equipment of fixtures to complete the plumbing system. HVAC Systems: HVAC systems will be required to meet or exceed the heating and cooling loads of the building. The HVAC system must be designed in accordance with UFC 3-410-01FA with the following temperature ranges: Summer Outside: 91 F dry bulb 77 F wet bulb Summer Inside: 75 F dry bulb 50 F wet bulb Winter Outside: 29 F dry bulb Winter Inside: 68 F dry bulb The HVAC system must be sized to accommodate a minimum of one and a quarter air changes per hour. Ductwork will be required to be galvanized sheet metal and be in accordance with Sheet Metal & Air Conditioning Contractors National Association. It has been noted that the typical ductwork for modular buildings is fiberglass; this industry standard is acceptable. Outside air supply must meet requirements of ASHRAE Standard 62 (Ventilation for Acceptable Indoor Air Quality). Steps and Landings: The vendor would be required to provide all necessary treated wood or concrete, steps, and landings. ADA ramps are required. Grounding: The vendor shall install ¾ x 60' ground rods at the service entrance panel, riser pole and fire alarm antenna. All grounding systems must be bonded together. Utilities: Utility tie-ins shall be identified on construction documents. The vendor would perform final utility connections to the facility. Power is available within 100 yards-depending on what the power requirement of the unit would be. Civil Engineering will make the utility runs within 5' of the modular, which is sufficient. Telephone/data would be available at the structure and would need to run from the communications room to 140 locations in the 8500SF. Data and telephone wiring would be completed by the using organization. Anchorage: Each chassis shall be anchored with augur type anchors and galvanized steel straps as recommended by the manufacturer. The vendor will be required to provide the government a turn-key system (installation); meets all government standards and turn over a ready to occupy modular facility. Assembly: The vendor would be required to assemble prior to shipping, with government oversight to demonstrate to the government that the building fits together properly. New or used buildings will be inspected by the government prior to shipping. The temporary modular facilities that will be used for offices and restrooms shall comply with the following: -2011 NFPA 70 National Electrical Code -Unified Facilities Criteria (UFC) 3-520-01, Interior Electrical Systems -Life Safety Code (latest edition) -National Fire Protection Agency, NFPA-72 (latest edition) -National Electrical Safety Code, NESC (latest edition) -MIL-HDBK-419 -Electrical Power Supply and Distribution AFJMAN 32-1080 -Engineering Technical Letter 90-6 -All electrical equipment, wiring, control, lighting, and motors must be Underwriter Laboratories (UL) listed and installed in accordance with specified listing. All wiring must be copper. The temporary modular facilities that will be used for offices shall comply with the following USAF fire protection requirements that are required to be tested by Fire Services: -Insure design and installation meet all requirements of the UFC 3-600-01 and all applicable NFPA Standards -Install fire alarm panel IAW UFC 3-600-01 and NFPA 72 (must be installed in an air-conditioned space) -Install transceiver IAW UFC 3-600-01 and NFPA 72 (must be installed in an air-conditioned space) -All electrical work IAW NFPA 70 -Install a Knox Box 3200 without tamper switch outside the main entrance IAW the manufacturer's instructions -Install HVAC IAW NFPA 90A -Install life safety features IAW NFPA 101 (2009 Edition) Chapter 28 -Install manual pull stations by each exit IAW NFPA 72 -Install fire detection IAW UFC 3-600-01 and NFPA 72 -Install ADA strobes in restrooms IAW NFPA 72 -Install emergency lighting IAW NFPA 101 Chapter 28 and ETL 99-4 6.1 -Install new fire hydrant if necessary to meet the requirements of UFC 3-600-01 Section 3-7 and NFPA 24 7.5 (REALLY?) -Install PIV IAW NFPA 24 6.3 -Install wet pipe sprinkler system IAW UFC 3-600-01 and NFPA 13 -Install fire department connection IAW NFPA 13 8.15.4 -Install smoke detectors IAW UFC 3-600-01 Chapter 6 and NFPA 72 -Insure trailer is separated from existing facilities IAW International Building Code Table 602 -The building shall have sprinklers and smoke detectors in accordance with NFPA-13. Fire alarm transmitter shall be Monaco model BT2-8. SUBMITTALS: The vendor would be required to provide floor plans for the building in the below submittal requirements: -Preliminary Design (approximately 35% design), 3 Sets, one half size drawings and design analysis. -Final 100% Design, 2 Sets, original drawings (no mylar copies accepted), 2 copies of final specifications, final design analysis and drawings on discs with 2 copies of the entire specifications on disc. The vendor would be required to submit for review and approval complete construction documents, design calculations, and any other pertinent technical data prior to construction. Construction documents shall include as a minimum the following: certification of meeting current Building Officials and International Building Code (IBC) referenced standards; detailed site plans showing locations of all required structures, site plans, foundation plans, elevations, fully dimensioned floor plans, chassis framing plans, roof framing plans, and finish schedules; and complete electrical and mechanical plans, diagrams, details and schedules. Coordination: The vendor would be required to provide (3) sets of site preparation instructions, final assembly instructions and a final set of floor plans for the facility to the government for review and approval. BREAK DOWN: -Civil Engineering would provide for disconnect of all provided utilities (water, electrical, sewer and fire suppression water supply). -Communications squadron will provide disconnect of all communications circuits (phone and LAN). -46TS will provide for removal of all systems furniture and other government assets Vendor would provide: -All tow tractors and vehicles required to remove the modular units -All required axels, wheels, and tires -Provide and install modular tow hitch components -All labor and tools required to separate the modular units -Remove their decking, skirting, blocking, shimming, and tie-downs ADDITIONAL INFORMATION REQUESTED: Please provide an estimated cost of the following maintenance items, if you are able. Please keep this maintenance cost separate from the cost of the building lease. This additional request is not mandatory and should not preclude the information provider from responding to the requirement. -Change HVAC filters monthly -Have HVAC units serviced to include systems check, coil cleaning, thermostat adjustments, and clear debris from around HVAC unit(s) -Clear debris and inspect gutters, clear debris from window wells, inspect caulking around windows, matelines, seams, and doors, check weather stripping on doors and windows, inspect roof for damages, and check building and foundation for moisture annually -Check pipes, test smoke alarms and fire extinguishers annually. AGAIN, THIS IS NOT A SOLICITATION, JUST A REQUEST FOR INFORMATION/SOURCES SOUGHT. WE ARE SEEKING ALL SOURCES REGARDLESS OF SIZE. The tentative North American Industry Classification System (NAICS) is 531120 with a small-business size standard of $7.0 million dollars. For contractual information please contact Kristina Brannon, Contract Specialist; AAC/PKOBB, 850-882-0346; Fausto Fernandez, Contracting Officer, 850-882-9188. This notice does not authorize an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government will not reimburse vendors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Responses to this survey are due 20 Jun 2011 @ 5:00 P.M. Central Time. Responses shall be limited to 30 double-sided pages (8.5" x 11"), including attachments, figures and/or drawings, and no smaller than size 12 fonts. Respondents shall also include the Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and email address. All interested parties must be registered in CCR to be eligible for an award of Government contracts. Mail, fax or email your responses to Kristina Brannon, email: kristina.brannon@eglin.af.mil, fax: 850-882-1680, mail 308 West D Avenue, Suite 130 Eglin AFB, FL 32542. If you have any questions please send via e-mail to the above e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/EFY1285T/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02472439-W 20110616/110614235104-9205654bd11a41378de67eb0270e0f1a (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.