Synopsis:
OKANG Bldg. 1001 Beddown 306th ACCT Schoolhouse; Project #: YZEU 14-2040
The work includes the reconfiguration of a portion of an existing building. This reconfiguration includes, but is not limited to, demolition work needed to preform new work, new walls, new doors, new door hardware, electrical rework, new electrical work, HVAC rework, new HVAC work, fire alarm rework, fire suppression rework, and incidental related work. Refer to drawings for greater detail. The reconfigured space shall serve the TSO training mission and TSO Training Squadron. The work is located at Will Rogers Air National Guard Base, OKC, OK, in and around 1001. The project will fully renovate and reconfigure approximately 8,191 SF of interior space, provide requirements to complete build a Sensitive Compartmented Information (SCIF) Room per drawings and specs. This project is being solicited as a Small Business Set Aside. The North American Industry Classification System (NAICS) code is 236220, and the Small Business Size Standard is $36.5M in average annual receipts for the past three years. Construction project magnitude is between $1M to $5M. Persons who intend to bid are strongly encouraged to attend the Pre-Bid Conference. All documents including the plans and specifications will be available only from the Fed Biz Ops website: www.fbo.gov
Solicitation cover page:
SUMMARY OF WORK
PART 1 GENERAL
•1.3. SCOPE:
Building 1001 was constructed in 1953 as a supply and armament storage building. The North Bay was added in 1959. The area under SCIF renovation is presently a gym with a bathrooms, conditioned storage space, simulator rooms, and computer rooms. The space is separated by a load bearing brick/CMU wall. The HVAC system is a mix of different systems which do not meet the requirements for the new space or ICS 705 requirements and will be replaced. The electrical power for the building was renovated in 2011 and is adequate to meet requirements. Electrical panels and outlets will be reconfigured to meet the new layout. There are 3 raised floor computer rooms which will be removed. The bathrooms will be renovated to meet current code requirements. The space has fire protection, fire detection and mass notification which will be reconfigured to meet the new layout. The exterior walls have large window openings in-filled with glass block. There is no known asbestos, lead based paint or hazardous materials on the site
•1.4. Scope of items to be accomplished under this project include but are not limited to the following:
•· Reconfigure perimeter walls to meet specific construction requirements and STC 50 requirements.
•· Reconfigure space to an open office and class room concept.
•· Remove existing exterior garage doors as required. Infill to match existing exterior.
•· Reconfigure Electrical to new layout. (Analyze present and future loads)
•· Reconfigure exterior doors to provide a single entry.
•· Reconfigure Comm drops to meet both NIPR, SIPR and High Side Requirements.
•· Reconfigure Fire Alarm, Mass Notification and Fire Protection to new layout.
•· Replace existing HVAC and construct a new mechanical room.
•· Provide a narrative in the construct contract specification to ensure the contractor meets the Construction Security Requirements.
•· Design must be performed by US companies and US citizens.
•· Install a Comm closet with adequate cooling for installed equipment
•· Construct a man trap area to control entry into the SCIF adjacent to the SCIF
•· Provide construction documents for Site Security Plan and SCIF certification process.
•· Host a design Charrette for the facility layout and security requirements.
•· Provide initial DD1354
•· Provide cost estimate
•1.5. EXISTING WORK
In addition to "FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements":
•a. Remove or alter existing work in such a manner as to prevent injury or damage to any portions of the existing work which remain.
•b. Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as approved by the Contracting Officer. At the completion of operations, existing work must be in a condition equal to or better than that which existed before new work started.
•1.6. LOCATION OF UNDERGROUND UTILITIES
Obtain digging permits prior to start of excavation, and comply with Installation requirements for locating and marking underground utilities. Contact local utility locating service a minimum of 72 hours prior to excavating, to mark utilities, and within sufficient time required if work occurs on a Monday or after a Holiday. Verify existing utility locations indicated on contract drawings, within area of work.
•1.7. NOTIFICATION PRIOR TO EXCAVATION
Notify the Contracting Officer at least 72 hours prior to starting excavation work.
The Contractor shall verify the elevations of existing piping, utilities, and any type of underground obstruction not indicated or specified to be removed.
•1.8. GOVERNMENT-INSTALLED WORK
Work on other repair projects may be going on at the exterior of the facility under separate contract. Contractor shall not impede adjacent ongoing work and shall cooperate as requested by the Contracting Officer.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
Anticipated solicitation issue Date: 18 February 2019
Anticipated Bid Opening Date: 19 March 2019
Anticipated Site Visit Date: 5 March 2019
The firm must be registered in System for Award Management (SAM) with the NAICS code 236220. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instruction to register are on the webpage.