Renovate BDOC 1334

expired opportunity(Expired)
From: Federal Government(Federal)
QUUG101017

Basic Details

started - 26 Jun, 2020 (about 3 years ago)

Start Date

26 Jun, 2020 (about 3 years ago)
due - 10 Jul, 2020 (about 3 years ago)

Due Date

10 Jul, 2020 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
QUUG101017

Identifier

QUUG101017
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE AIR FORCE (60635)USAFE (2597)FA5575 496 ABS PK (80)
[object Object]

SetAside

LAS(Local Area Set-Aside (FAR 26.2))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The United States Air Force intends to issue solicitation for project number QUUG101017  to solicit proposals for a Firm-Fixed Price contract to Renovate Base Defense Operation Center (BDOC)  at Morón AB, Spain. The magnitude of construction for this project is estimated to be between $100,000 and $500,000 U.S. Dollars. The period of performance for this project is estimated at 555 calendar days.A solicitation package will be available on the Federal Business Opportunities website at www.beta.sam.gov on or after 10 July 2020.In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In
addition, in accordance with the Agreement of Defense Cooperation between the U.S.A. and the Kingdom of Spain, Annex 6, Article 1 (5) " Spanish material, labor, and equipment shall be used whenever feasible and consistent with the requirements".NOTE: THIS SOLICITATION IS INTENDED ONLY FOR LOCAL SOURCES IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a)(12). LOCAL SOURCES ARE THOSE SOURCES NORMALLY RESIDENT, LICENSED AND REGISTERED TO CONDUCT CONSTRUCTION BUSINESS IN SPAIN. OFFERS FROM NON-LOCAL SOURCES WILL NOT BE CONSIDERED UNDER THIS SOLICITATION.The work includes, but is not limited to:The project consists in the design and construction of the items described below:BASIC PACKAGE: Renovate the building as needed to meet the requirements for an alternate Base Defense Operation Center (BDOC) as per latest revision of UFC 4-141-04, “Emergency Operations Center Planning and Design”. Rearrangement of the interior spaces shall be necessary in order to accommodate the functions requested. As of today, a minimum of six people will form the team for emergencies for Morón Air Base: Security Forces (1), Fire Department (1), Spanish Air Force SF (1), Flight Chief (1) and Command Office (2). A preliminary building layout is included in attachment D, noting that these preliminary approaches are subject to change during the design process. Regarding the Fire Department, the initial intention is to keep the primary dispatch location in Fire Department Building (Bldg 1427) and only provide an alternate location in building 1334. The Central Security Control should be large enough to house communications equipment base and area maps, sensor system annunciation and display equipment, auxiliary power equipment, workstations, adequate free floor space for electronic equipment, noise attenuation features, and support for flight operations.Provide a new sidewalk connecting the existing sidewalk to the ARMAG door. Repair exterior metal door and provide new hardware. Improve interior finishes and retiled according to new functioning spaces organization. Provide partition for communication center. Replace interior doors and hardware. Replace the acoustical tiles ceiling. Repair existing access floor, replace missing tiles and adapt to new layout or replace the entire system if resulting unfeasible. Perform minor repair to exterior roof slab surfaces by patching, crack repair and painting. Repair gutters and downspouts, replace/repair brackets, paint and seal section joints. Repair broken ceramic roof tile, regrout joints and clean the roof, Install a certified fall arresting system at the roof ridge line. Provide signage on the access road to provide direction to emergency responders in accordance to military installation standards identifying the facility as the Alternate Emergency Operations Command Center. Provide and install wet pipe fire suppression system from the closest main 6” water pipe in accordance with NFPA 13. Renovate HVAC systems, including one specific unit for the communications server room. Renovate grounding and bonding system of building. Renovate electrical distribution system in the whole building. Upgrade lightning protection system, including any surrounding elements violating the protected zone, such as Giant Voice loudspeaker pole and other antennas. Renovate lighting system with LED luminaires and controls. Provide a new combined fire alarm/mass notification system. Telecom system renovation to include premise wiring from LAN/telephone drops up to location of switch. Base Communications department will provide patch panel for connection, rack, switch and, if needed, additional fiber optic lines to the building. Provisions shall be made for possible new systems to be installed, such as the 911 server, MNS dispatch, etc. Enclose the electrical/telecomm room with a fire-rated partition per NFPA 101 and provide anti-static flooring.Replace gate intercom with a new one with TV camera.Renovate electrical service lines and circuit breaker in transformer substation #1300 if needed as a result of new building load. Provide new service lines, ductbanks and manholes to provide power to new armory container from building power system. ADDITIVE ITEM 1: Reorganize the kitchen countertop and cabinet to allow the installation of a refrigerator. Repair sidewalk and seal joints with building. Replace toilet/kitchen fixtures in bad condition. ADDITIVE ITEM 2: Provide a new permanent emergency generator with 4-pole automatic transfer switch. If needed, existing concrete slab for future generator shall be expanded.ADDITIVE ITEM 3: Expand the concrete slab by new 25 cm thick, 2.00x5.00 meter approx. slab on grade with doweled joint connection, demolish sidewalks, electric manholes and light fixtures from the area to be occupied by the addition and improve the soil condition for slab placing.Load, haul and install a portable ARMAG container from its location on Base to proposed location and anchor in accordance with manufacturer recommendations. The armory will be furnished by the Government. Exterior dimensions of ARMAG: 25x10x10 ft (7.63x3.1x3.1 m), Net Weight of ARMAG: 45000 Lb (20412 Kg). Refurbish the portable ARMAG container by:Remove interior paneling, timber and insulation in bad condition from walls (approx. 50%), remove paneling and timber from the floor and store the wood plank for subsequent reuse.Scrape exterior paint up to obtain a clean surface of steel envelopment, remove interior paint and rusting from the interior metal skin after demolition.Remove interior light fixture.Apply corrosion inhibitor passivate coating, two component epoxy polyamide primer with zinc phosphate and two coats of two component polyurethane acrylic enamel to all exterior metal envelopment and interior exposed metal surfaces of walls, underfloor and ceiling.Install interior 16 mm wood waterproof plywood, 25 mm thick polystyrene insulation board with aluminum veneer, two 30 mm thick layers of timber and interior finish of 16 mm thick plywood with melamine veneer.Install two 30 mm thick layers of timber, a 16 mm thick waterproof plywood and a 2 mm thick min. of vinyl flooring.Provide electrical service, new lighting fixtures, bonding and Lightning Protection System (LPS)/Grounding as required. Install a canopy of insulated galvanized metal paneling at the front door covering 2.50x5.00 meter approx. including metal frame and anchorage to the expanded slab. Install concrete curb around the container and seal the joint. Provide electrical service, new lighting fixtures, bonding and Lightning Protection System (LPS)/Grounding as required.  The certification requirements are as follows:CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "Registro Oficial de Licitadores y Empresas Clasificadas del Estado", covering the following groups, subgroups, and categories. The certificate holder must execute the activities related to the certificate.                                  Group                             Subgroup                           Category                                     C                                      1                                      2                                     C                                      2                                      2                                     C                                      4                                      2                                     C                                      6                                      2                                     C                                      7                                      2                                     C                                      8                                      2                                     C                                      9                                      2                                     E                                      1                                      2                                     J                                       2                                      2                                     J                                       4                                      2                                     I                                       1                                      2                                     I                                       5                                      2                                     I                                       6                                      2                                     I                                       7                                      2                                     I                                       8                                      2                                     K                                      9                                      2 It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.beta.sam.gov , frequently for any new postings that may have been made.The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only.In order to be awarded a contract by the U.S. Government, the company must be registered in the System for Award Management (SAM); contracts cannot be awarded to unregistered contractors. Registration can be made online at www.sam.gov/portal/public/SAM/NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902-446-688. To obtain a NATO CAGE code you must fill out the form found in: http://www.dlis.dla.mil/Forms/Form AC135.asp.Failure to be registered in SAM at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is SAM registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code.***NOTICE: FUNDING FOR THIS REQUIREMENT IS CURRENTLY NOT AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE BID ACCEPTANCE PERIOD SHOULD BE VALID THROUGH 30 SEP 2020. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION.
Also Search For

PSC 62   UNIT 6585  APO , AE 09643-6585  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 237Heavy and Civil Engineering Construction
pscCode Z2AZREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS