Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2011 FBO #3616
SOURCES SOUGHT

99 -- Renovation/Remodel of the M1 Control Room at the Minneapolis Air Route Traffic Control Center (ARTCC), Farmington, Minnesota.

Notice Date
10/17/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-12-R-00065
 
Response Due
10/24/2011
 
Archive Date
11/8/2011
 
Point of Contact
Guadalupe Gonzalez, 847-294-7868
 
E-Mail Address
guadalupe.gonzalez@faa.gov
(guadalupe.gonzalez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
SMALL BUSINESS SET-ASIDE. The Federal Aviation Administration (FAA) Great Lakes Region has a requirement to renovate an interior space of approximately 55 ft. by 60 ft in the control wing, first floor, of the ARTCC facility in Farmington, MN. Work under includes, but is not limited to, the following: Architectural1.Relocate existing furniture, chairs, cubicle walls, desks, cabinets, and other items to area in basement or as directed by the resident engineer. Provide labor and equipment (carts, hand truck, etc.) to move items prior to project, and again following project.2.Replace existing acoustical drop ceiling to accommodate lighting, fire protection, and HVAC modifications. Includes support system, grid, 2x2 tiles, and other incidental items as specified herein. Match existing tile system, which may be reused to extent approved by the COTR.3.Remove and dispose existing gypsum board, stud wall, and other materials as needed to accommodate proposed offices and conference rooms. Quantity of interior walls to be removed is approximately 950 sq-ft.4.Furnish and install approximately 3000 sq-ft. of metal stud wall with 6000 sq-ft of prefinished, vinyl-coated gypsum board, extending to a height of 6-inches above the existing ceiling grid height. Includes all studs, headers, insulation, gypsum board, fasteners, joint and top concealer strips, 4-in rubber base, and all incidental materials needed to complete the wall layout shown in drawing ZMP-GL-D-2499-A201revB.5.Furnish and install fourteen (14) doors and frames at the locations shown for each room. Provide steel frames and wood doors with vision glass matching the material in the east administration wing. Provide Best lever-type door handles with interchangeable core locks and all hardware.6.Paint door frames and all wall surfaces along perimeter of room not receiving vinyl-coated gypsum, approximately 2300 sq-ft.7.Upon substantial completion of project, provide a carpet cleaning service to professionally clean the carpets throughout the room and adjacent areas affected by the project. Replace any carpet damaged during construction. Electrical8.Furnish and install power receptacles, conduit, and wiring as shown in drawings.9.Provide power to central area of room through two (2) penetrations through floor, as shown on ZMP-GL-D-2499-E401revB. Coordinate the exact locations of the penetrations with the COTR. Provide fire-stopping for all penetrations through floors. Includes 6 power circuits, junction boxes, and conduit from power panel, down through floor, across ceiling of the communications room, and up through the floor in 2 locations. 10.Relocate 34 - 2'x2' light fixtures in proposed acoustical ceiling as shown in drawings, reusing the two existing circuits. Clean existing fixtures for reuse and provide new conduit, conductors, and other materials as needed.11.Provide new light fixtures and individual switches to the perimeter rooms as shown in lighting plan, ZMP-GL-D-2499-E300revB. Provide fixtures, new circuits and associated wiring, conductors, conduit, hangers, etc. from Panel 1B1.12.Provide new ceiling-mounted "Exit" signs as shown in ZMP-GL-D-2499-E300revB. Reuse existing circuits and provide wiring and conduit as needed.13.Relocate card readers, conduit, and other security equipment to accommodate the replacement of walls near west entrance. Coordinate 10 days in advance through the COTR with Johnson Controls as needed, and provide temporary support as determined by the COTR.14.Relocate PA ceiling speaker to location shown or as directed by COTR, within 6-ft of existing location.15.Provide conduit path from LAN enclosure to central area underneath floor in basement, B120, as shown on ZMP-GL-D-2499-E401revB. Includes conduit, penetrations through the floor, hangers, firestop, and other incidental materials. Wiring, devices, and termination will be done by others.16.Provide data and voice to individual offices around perimeter of room. Reuse existing conduit, wiring, ports, devices, etc. whenever possible, but contractor is responsible to provide new materials as needed to complete the work. Termination will be done by others. Mechanical17.Furnish and install horizontal and vertical supply and return air ducts to each room from existing supply and return ducts in ceiling per drawing ZMP-GL-D-2499-M303revB. Demolish existing supply and return ducts as needed and cap, per ZMP-GL-D-2499-M303-T1. Provide new ductwork, diffusers, grilles, insulation, volume dampers, and all incidental materials.18.Clean and relocate existing exhaust register and furnish and install new exhaust duct to connect to new exhaust register location as shown on drawing. New exhaust duct shall be same size as existing.19.Test and balance the existing HVAC system and provide test reports as specified. Fire Protection20.Modify the existing preaction fire-protection system in accordance with NFPA 13 and 72 to accommodate the proposed layout of Room 1051A, per drawings.21.Relocate fifteen (15) sprinkler heads and add three (3) per drawing ZMP-GL-D-2499-F201revB. Match existing head type already being used in room and provide flow calculations for new layout.22.Relocate three (3) heat detectors and add twelve (12) per ZMP-GL-D-2499-F201revB. Provide additional loops and modules as needed to fire alarm control panel, located in control wing basement, B111. Match existing type and function.23.Relocate two (2) smoke detectors and provide twelve (12) new per drawing ZMP-GL-D-2499-Y202revB. Provide additional loops as needed to spare modules in fire alarm control panel, located in control wing basement, B111. Match existing smoke detector type already being used in room.24.Provide three (3) new strobes, with audio and visual indicators, as shown in drawing ZMP-GL-D-2499-Y202revB. Provide wiring, conduit, and other material needed to tie-in the strobes to the fire alarm control panel, located in the control wing basement, B111.25.Provide all installation, calculations, testing, recertification, and updated programming and graphics for all relocated and new devices into the existing control system. Firms must submit their interest in this project on letterhead and include firm's name, address, phone number, point of contact and e-mail address too both the Contracting Officer, Ms. Guadalupe Gonzalez at 847-294-7801 or e-mail Guadalupe.Gonzalez@faa.gov and the Contract Administrator, Mr. Dennis Shub/Acentia at 847-294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business May 10, 2011. The following document is also required to be returned with your written request. Complete and return the attached Business Declaration Form. The work will be performed in strict accordance with the contract specifications. Contract performance time is 60 calendar days. The estimated price range for this procurement is $100,000.00 to $250,000.00. NAICS Code is 237990 INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-12-R-00065/listing.html)
 
Record
SN02608249-W 20111019/111017234119-472881ef95db3c22a0c9e2e21f59eba7 (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.