Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

Z -- Design-Build Repair/Renovate Bldg. 10251, 10253 & 10263, Project Number: MPLS 97-1156

Notice Date
7/22/2011
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-11-B-0011
 
Point of Contact
RYAN D. BUENO, Phone: 2109251842, Jackie L. Murray, Phone: 2106711711
 
E-Mail Address
Ryan.bueno.1@us.af.mil, jackie.murray@lackland.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@lackland.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
TITLE: Design-Build Repair/Renovate Bldg. 10251, 10253 & 10263, Project Number: MPLS 97-1156 GENERAL DESCRIPTION: The contractor shall provide a complete design analysis (60% and 100% design submittals) for the design-build contract to repair / renovate / upgrade buildings 10251, 10253 and 10263; to include: equipment selection, investigations, calculations, studies, referenced design instructions, and design drawings as required for construction. The contractor shall utilize and adapt the 35% conceptual design package (dated 24 June 2011, JACOBS) provided by the government for buildings 10251-10253-10263. Upon award of contract, the contractor shall re-evaluate the 35% conceptual design package (dated 24 June 2011, JACOBS) for value-engineering purposes and will have the option of utilizing an existing 100% design (by Robles Service Group) for B10261 as a mere reference or guide to go by. Building 10261 is a mirror image design to building 10251 and has already been fully renovated. If the contractor chooses to utilize the existing design for B10261, the contractor shall re-evaluate it for value engineering purposes as well. The contractor shall provide a working design at the 60% benchmark and final design at 100% for approval by government; the contractor shall provide in writing to the government any/all deviations from the existing design(s) that will be applied to the new designs for buildings 10251-10253-10263. This project will consist of a complete repair / renovation / upgrade for building 10251 to include all major systems and finishes. This project will only repair/renovate/upgrade HVAC for buildings 10253 and 10263. The contractor shall provide a design for the repair / renovation / upgrade of the following: Building 10251 Interior Spaces - The contractor shall investigate existing conditions of all interior spaces of the facility to include walls, ceilings and floor finishes, doors/windows and door/windows frames of all dorm rooms/bathrooms and determine the conditions of said finishes. The contractor shall make recommendations for their repair and/or replacement. The contractor shall provide a design for the replacement of all finishes for the facility to include walls, ceilings doors/windows, door/window frames and floors. All finishes shall be as approved by the contracting officer or his representative. Structural System - The contractor shall investigate the structural integrity of the facility and determine the condition of the structural elements. There has been evidence of cracking on the building exterior. Based upon this investigation, the contractor shall repair all cracks and recommend whether the structural integrity of the building needs repair and/or upgrade. The contractor shall design for the repair and upgrade of the structural elements of the facility if so approved by the contracting officer or his representative. HVAC - The contractor shall investigate the entire Heating Ventilation and Air Conditioning (HVAC) system including ductwork (air distribution), controls, air handler units, tanks, valves, distribution piping, boiler, etc for the facility. The contractor shall recommend whether the system and/or its components need to be repaired or replaced. The contractor shall investigate issues with mold and mildew in the dorm rooms and incorporate a solution in the design for de-humidification. The contractor shall design an HVAC system from the source at the heating and chilled water plant (building 10263) to the terminal units with the upgrade to a four pipe system from the existing 2 pipe system. The contractor shall investigate and recommend solutions and design for the repair/replacement/upgrade of said system and its components as approved by the contracting officer and to include test and balancing of the system and system to be connected to base Energy Management Control System (EMCS). The contractor shall investigate the existing ventilation and exhaust system to determine whether the systems need to be repaired, replaced and/or upgraded and bring each to compliance with current/applicable codes. The contractor shall provide a design of new ventilation and exhaust systems. The cooling and heating systems for the dorm consist of chilled water supplied by a central plant and local boilers on a 2-pipe system. The current system is beyond its useful life and replacement with a 4-pipe system is recommended. All chilled/hot water piping insulation shall be replaced throughout the building for this project after all repairs and testing has been completed. Replacement of the existing limited and outdated 2-pipe system consists of removing the existing black iron and copper piping, piping insulation, and in-room fan coil units. This system will be replaced with new 4-pipe black iron and copper piping as well as new fan coil units. All ductwork and fans within the bathroom exhaust system will be replaced. Ceilings will be removed and replaced. This project will include mold abatement. The power supply for these units will be replaced in the process. Plumbing - The contractor shall investigate the existing water supply piping (to/from the main) and sanitary sewer/drainage piping (to/from the main) to the building, to determine whether the piping needs to be repaired, replaced and/or upgraded. The contractor shall investigate the existing water supply distribution piping (within the building) and sanitary sewer/drainage piping (within the building), to determine whether the piping needs to be repaired, replaced and/or upgraded. The contractor shall provide a design for the repair/replacement/upgrade of all water supply and sanitary sewer piping from the main to within the building and finally to all plumbing fixtures. The contractor shall provide testing of all sanitary sewer lines (to/from) the main before any work to begin. The contractor shall provide a design to replace all bathroom, shower and laundry plumbing fixtures with Moen brand fixtures. Roof - The contractor shall investigate the condition of the roof system, gutters, down spouts and recommend whether each or all need repair and/or replacement. The gutters and downspouts are concealed in horizontal chases and masonry brick columns. The contractor shall test each and then provide his recommendations for repair/replacement. The contractor shall provide a design for the repair and/or replacement of the entire roof system/gutters/down spouts. Any/all recommendations for repair/replacement/upgrades shall be approved by the contracting officer or his representative. Electrical - The contractor shall investigate the entire electrical system for the facility to include the exterior power supply and determine if it is sufficient supply to meet the building demand. All major systems work; however, they have reached the end of their useful life. The contractor shall design a complete upgrade of all electrical elements to the building, which includes but is not limited to the following: interior/exterior lighting, outlets/receptacles/switches, branch wiring, electrical panels, etc. The contractor shall investigate whether any new requirements are needed to bring the electrical system up to code. The contractor shall replace the existing fire alarm system and associated emergency lighting system; along with replacement of all exit lighting (do not want hanging type fixture). Exterior - The contractor shall investigate the existing condition of the exterior finishes to include wall finish, doors, door hardware, door locking system, door thresholds, door/window framing (one piece), windows, window locks, stairs and handrails, etc for the facility. Door signage will not require Braille surface type. Based on contractor's recommendations and those made by 802d CES, the contractor shall provide a design for the upgrade/replacement of all exterior finishes of the facility. The contractor shall install CAC access control (card swipe) locks for all exterior doors to the dormitory, as approved the contracting officer and/or his representative. Fire Suppressant System - The contractor shall investigate the current fire suppressant system and provide a design for the upgrade and replacement of the existing system to meet current standards. Buildings 10253 and 10263 HVAC - The contractor shall investigate the entire Heating Ventilation and Air Conditioning (HVAC) system including ductwork (air distribution), controls, air handler units, tanks, valves, distribution piping, boiler, etc for each facility. The contractor shall recommend whether the system and/or its components need to be repaired or replaced. The contractor shall investigate issues with mold and mildew in the dorm rooms and incorporate a solution in the design for de-humidification. The contractor shall design an HVAC system from the source at the heating and chilled water plant (building 10263) to the terminal units with the upgrade to a four pipe system from the existing 2 pipe systems, for each facility. The contractor shall investigate and recommend solutions and design for the repair/replacement/upgrade of said system and its components as approved by the contracting officer and to include test and balancing of the system and system to be connected to base EMCS. The contractor shall investigate the existing ventilation and exhaust system to determine whether the systems need to be repaired, replaced and/or upgraded and bring each to compliance with current/applicable codes. The contractor shall provide a design of new ventilation and exhaust systems. The cooling and heating systems for the dorm consist of chilled water supplied by a central plant and local boilers on a 2-pipe system. The current system is beyond its useful life and replacement with a 4-pipe system is recommended. All chilled/hot water piping insulation shall be replaced throughout the building for this project after all repairs and testing has been completed. Replacement of the existing limited and outdated 2-pipe system consists of removing the existing black iron and copper piping, piping insulation, and in-room fan coil units. This system will be replaced with new 4-pipe black iron and copper piping as well as new fan coil units. All ductwork and fans within the bathroom exhaust system will be replaced. Ceilings will be removed and replaced. This project will include mold abatement. The power supply for these units will be replaced in the process. Upon approval of the final 100% design the government shall issue a construction Notice to Proceed (NTP) to the Contractor. The proposed construction requirements in Section 3 are recommendations made by the government and may be re-evaluated by the contractor for value engineering purposes. The contractor shall investigate and comply with all applicable DoD design criteria including those that may have become applicable subsequent to the completion of the JACOBS design, Air Force regulations, equipment specifications, handicap accessibility requirements, life safety codes, fire safety codes, asbestos and lead-based paint abatement requirements and local, state and Lackland Air Force Base (LAFB) criteria in order to perform the services covered by this SOW in accordance with them. Period of Performance and Magnitude: The magnitude for this requirement is between $5,000,000.00 and $10,000,000.00. The period of performance is 300 days for construction. SET ASIDE: HUBZone NAICS Code: North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a small business size standard of $14,000,000.00. BID BOND: In accordance with FAR 52.228-1 Bid Guarantee an original bid bond must be submitted with your bid package to be responsive. The amount of the bid guarantee shall be 20% of the bid price or $3,000,000.00, whichever is less. Pre-Bid Conference / Site Visit is Scheduled for 16 Aug 11 (Estimated) at 9:00am (CST). This will be a one time site visit. Vendors not attending this site visit will not receive access to the site after this visit. Location: 802D Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. Bids are due on 7 Sep 11 (Estimated) no later than 1:00pm (CST). Specific instructions can be found in Section H, L and M of the upcoming Invitation for Bid (IFB). It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Primary POC is Ryan D. Bueno, Contract Specialist at (210) 925-1842; email: ryan.bueno.1@us.af.mil; Alternate POC are SSgt Chad J. Stemick, Contract Specialist at (210) 671-1712; email:chad.stemick@us.af.mil; Sandra Bernard, Contract Specialist at (210) 925-1841; email: sandra.hypolitebernard@us.af.mil; and Mr. Basilio Solis, Contract Specialist at (210) 671-1706; email:basilio.solis@us.af.mil; or Mr. Jack Murray, Contracting Officer at (210) 671-1711; email: Jackie.murray@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-B-0011/listing.html)
 
Place of Performance
Address: Buildings 10251, 10253 & 10263, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02508475-W 20110724/110723013749-c00f55d753706b5b91edc30b524bbf8d (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.