Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Z -- RRAD B551 and 561 Repairs

Notice Date
8/14/2020 9:41:38 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20B0031
 
Response Due
9/4/2020 7:00:00 AM
 
Archive Date
09/19/2020
 
Point of Contact
Kimberly Bass, Phone: 817-886-1066, John H. Rodgers, Phone: 817-886-1048
 
E-Mail Address
kimberly.e.bass@usace.army.mil, john.h.rodgers@usace.army.mil
(kimberly.e.bass@usace.army.mil, john.h.rodgers@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This request for proposal is for a Design-Bid-Build (DBB) contract. the complete Restoration and Modernization of Buildings B551 and B561 at Red River Army Depot (RRAD), Texarkana, TX. The Government intends to establish a Firm Fixed-Price (FFP) Contract for the repairs to buildings 551 and 561. The scope of work will include all work in accordance with the plans and specification to make necessary repairs to restore the failed and failing building components and correct regulatory code deficiencies.��Renovation will increased wall height but will not replace the building walls. Existing walls shall be reinforced to accommodate for the renovations. Buildings 551 and 561, each provide 91k SF of depot level rebuild operation space capable of supporting multiple depot programs, including MaxxPRO, Military All-Terrain Vehicle (MATV), Family of Medium Tactical Vehicles (FMTV), Cougar, High Mobility Multipurpose Wheeled Vehicle (HMMWV), and Trailers for Army, Navy, Marines, and Field Maintenance Squadron (FMS). B551: 1. The following equipment items shall be removed and stored for reinstallation in the building: radiant heaters, HVLS fans, blue ""turbo"" fans, hose reels, and electrical cord reels. 2.� The existing fire alarm system components shall be removed and stored for reinstallation in the building. 3.� The existing air compressors (located on the west and south sides of the building) and associated equipment and canopy shall remain for reconnection to the building. 4. Portions of walls shall be selectively demolished for the installation of new roll-up doors. 5. Repair structural components in failing state and provide a standing seam metal roof. 6. Provide a code compliant electrical distribution system. 7. Provide a code compliant fire sprinkler system. 8.�Provide a code-compliant fire alarm/mass notification system for each building, utilizing the reclaimed components to the greatest extent practical. 9. Provide exhaust fans, HVLS fans, and column/wall mounted fans in each building, utilizing the reclaimed fans to the greatest extent practical. 10. Provide a compressed air distribution system and accessories in each building. 11. Provide overhead lifting in each building. B561: 1.� The following items shall be removed and stored for reinstallation in the RM building: radiant heaters, HVLS fans, blue ""turbo"" fans, yellow ""cool zone"" fans, and LED light fixtures. 2.� The existing material handling equipment (3-ton floor-mounted bridge cranes and 1- and 3-ton floor mounted jib boom cranes) shall be removed and returned to the government for disposition. 3.� The existing fire alarm system components shall be removed and stored for reinstallation in the building. 4.� The existing air compressor (located on the south end of the building) and its associated equipment and canopy shall remain for reconnection to the building. 5.� The following existing facilities shall remain for reconnection to the building: � � � a.� 14'x44' restrooms, 2 each, one at the northwest corner and one at the southwest corner � � � b.� �26'x42' break room on the east side � � � c.� � 12'x40' office on the east side 6.� Portions of walls shall be selectively demolished for the installation of new roll-up doors. 7. Repair structural components in failing state and provide a standing seam metal roof. The standing seam metal roof system will protect the integrity of the structural components in the existing structural system. 8.� Provide a code compliant electrical distribution system. 9.� Provide a code compliant fire sprinkler system. 10.�Provide a code-compliant fire alarm/mass notification system for each building, utilizing the reclaimed components to the greatest extent practical. 11.� Provide exhaust fans, HVLS fans, and column/wall mounted fans in each building, utilizing the reclaimed fans to the greatest extent practical. 13.� Provide a compressed air distribution system and accessories in each building. 14.� Provide overhead lifting in each building. Abatement of asbestos-containing materials shall be accomplished in both buildings, particularly in the renovated areas . B551 asbestos materials are roofing, caulking, foundation tar, fire doors, and the exterior wall coating (beneath paint). B561 asbestos materials are roofing, caulking, and fire doors. FAR 36.204{f) Disclosure of the magnitude of construction project between�$25,000,000 and $100,000,000. The request for proposal is anticipated to be issued on or about 3 July 2020, and bids due on or about 3 August 2020. A firm-fixed price contract is anticipated to be awarded. Anticipated contract award date on or about 31 August 2020. Anticipated project completion date is 660 days from Notice to proceed. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet�address: htt ps:// www.beta.SAM.gov/.The use of the website requires prior registration at www.beta.SAM. gov/. Plans and specifications will not be made available in paper format or on compact disc. It is the Offerers responsibility to monitor the beta.SAM web site for amendments to the solicitation. You must be registered with the System Award for Management {SAM), to receive a Government contract awa rd. You may register with SAM at https://www.sam.gov/. This contract is subject to the availability of funds per FAR clause 52.232-18. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerers responsibility to view the beta.SAM website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the beta.SAM address after solicitation issuance at the�following address: httP-s://www.beta.SAM.gm!L. Solicitation Number: W9126G20B0031. Place of Performance: Red River Army Depot Texarkana, Texas 75501 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0af37d25837b4ba19aaaa7e96e96d1dd/view)
 
Place of Performance
Address: Texarkana, TX 75501, USA
Zip Code: 75501
Country: USA
 
Record
SN05758672-F 20200816/200814230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.