Z--SECURITY UPGRADES AT NAVY OPERATIONAL SUPPORT CENTER (NOSC) TOLEDO, OH

expired opportunity(Expired)
From: Federal Government(Federal)
N4008518R3009

Basic Details

started - 18 Dec, 2017 (about 6 years ago)

Start Date

18 Dec, 2017 (about 6 years ago)
due - 08 Jan, 2018 (about 6 years ago)

Due Date

08 Jan, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
N4008518R3009

Identifier

N4008518R3009
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (698500)DEPT OF THE NAVY (154992)NAVFAC (10788)NAVFAC ATLANTIC CMD (6525)NAVFAC MID-ATLANTIC (3632)NAVAL FAC ENGINEERING CMD MID LANT (3395)

Attachments (1)

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.

SOURCES SOUGHT NOTICE FOR SECURITY UPGRADES AT NAVY OPERATIONAL SUPPORT CENTER (NOSC) TOLEDO, OH Notice Type: Sources Sought Solicitation Number: N4008518R3009 Contract Number: TBD Date: 18 DECEMBER 2017 Response Date: 08 JANUARY 2018 Classification Code: Z – Maintenance, Repair or Alteration to Real Property NAICS Code: 236220 – Commercial and Institutional Building Construction This is NOT a solicitation announcement and there are no plans/specifications/drawings or bid package available for this project. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within NAVFAC Mid-Atlantic to facilitate the decision making process. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. NAVFAC Mid-Atlantic is looking for responses from interested
Prime Contractors. We are not seeking responses from firms interested in subcontracting opportunities. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice DOES NOT constitute a Request for Proposal/Solicitation, Request for Quote, or Invitation for Bid. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. It is the potential offerors responsibility to check the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and the Federal Business Opportunities website (https://www.fbo.gov). NAVFAC Mid-Atlantic is seeking qualified businesses with current relevant experience to perform the following as described below:   PROJECT DESCRIPTION The objective of this project is to enhance force protection and physical security capabilities at Navy Reserve/Marine Corps Training Center Toledo, OH in accordance with UFC 4-020-01 Security Engineering for Asset Category “Aâ€� People (general population). The primary scope work identified herein will include practical upgrades to existing Physical Security Equipment (PSE), Electronic Security Systems (ESS), infrastructure, and facilities in conformance with UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. The enhancements identified are the recommended Physical Security Equipment (PSE) and Electronic Security Systems (ESS) mitigation actions to reduce the risk associated with Asset Category “Aâ€� People (general population) at Reserve Training Center Toledo, OH Reserve Training Center Toledo, OH is a joint facility shared by both Navy and Marine Corps building occupants. PROJECT OBJECTIVES The Contractor must completely research the existing building and site; provide necessary field verifications/site survey investigations; as required to gain full and complete knowledge of the existing conditions. All upgrades shall meet UFC requirements and calculations and comply with manufacturerâ€TMs recommendations and procedures. Selections shall not compromise existing structure or existing building materials and finishes. Where locations and or latitude and longitude locations are provided in the RFP, Contractor shall verify that the locations comply with all UFC requirements. Contractor and the appropriate DOR shall have experience with Security systems. In addition, a Structural engineer shall be hired to calculate the proper K rating required based on the Reserve Training Center location. Changes, modifications, and/or additions within the scope of this project shall be reviewed and approved by the Contractorâ€TMs Fire Protection Quality Control (FPQC) Specialist for compliance with the applicable fire protection and life safety codes and requirements. Any/all deviations from the RFP shall be clearly identified in the Contractorâ€TMs proposal. Any deviations shall be submitted in writing to the Contracting Officer, and shall have prior approval by the Contracting Officer before any action or implementation on the deviation. Any unapproved deviations that are deemed unacceptable by the Government shall be corrected by the Contractor at no expense to the Government. The Contractor shall remove/relocate the existing equipment at the facility as required to properly perform the work of this contract. The Contractor shall take all necessary precautions to protect and prevent damage to any existing equipment and items to remain. Shutoff or powering down any fire protection or life safety systems must have approval from the Contract Specialist at least 14 days prior to the expected date of action. The designer shall provide a BOD addressing the impact on fire protection and/or life safety systems based on the scope of work. The BOD shall address the capacity for modification or addition to the fire alarm system and/or the fire suppression system. The BOD sections addressing fire protection and life safety systems shall either be prepared by or reviewed and approved by the FPQC. Complete reviews by the FPQC shall be provided for all applicable design and construction submittals, as well as providing as conducting both the preliminary and final test on the modified fire protection and life safety systems. The Contractor shall maintain physical security of the facility at all times. Provide temporary closures/fencing as required. Coordinate with Activity Primary POC. The primary objective of this project is to upgrade existing physical security equipment and improve Training Center Toledo capabilities to maintain adequate security posture. In addition, this project will provide mitigating measures to existing physical security deficiencies identified as non-NOSC conformance with current UFC requirements. The following items represent the general scope of work for this project; please see respective sections for a full description: *All items that state “provideâ€� shall also be installed.* - Provide security reflective tint on all interior and exterior glass doors and sidelights. Film shall be tinted so that building occupants inside can view out, but building occupants outside cannot see in. - Provide fragmentation retention film (FRF) with tint on all existing exterior glazing (1st and 2nd deck). Application shall be installed into the frame. - Replace wall glazing with interior CMU wall at admin room 158, security room 159, medical room 135 and and USO room 142. - Replace main entry gate and provide K4 crash rated slider gate with vehicle detection loop at entry points and intercom system with video. - Provide K4-rated cable reinforcing in existing chain link fence and at gates of Glenwood Rd. and south fence line as noted in 3.2 Site Development. - Provide and install privacy slats along Glenwood Rd and along south fence line as noted in 3.2 Site Development. - Provide three (3) egress only pedestrian turnstiles. - Install deadbolts for all restroom and locker room doors. - Provide CCTV surveillance with 6 exterior cameras, two workstations with color cameras, industrial quality, automatic iris low light, weatherproof camera station, remote control, PTZ system, one for Navy and one for Marines. - Provide new 16 channel DVR, pentaplex hybrid system that plays/records fully operating system at or near recommended monitor location. KTR shall be responsible to leaving it fully operational. - Provide CCTV industrial quality, automatic iris low light, weatherproof, remote control, PTZ cameras on poles at crash gate(s) and at all turnstiles. - Provide balanced magnetic switches (BMS) with hold-open sensors for exterior doors, operable windows, and south roll-up door (1 for each side). Sensors shall trigger an alert at monitor location. - Repin cores of all doors for the facility. Repin doors so medical suite and offices are different, total count shall be verified with end user. - Provide request to exit on secure side for doors receiving electric strikes. - Provide CAC card readers at interior side of main entry doors of vestibule 100. Interior door of the interior side of the vestibule doors shall be secured, right door shall be for exiting purposes only and left door shall be CAC enabled with pin pad, buzzer/call button and camera. - Provide CAC card reader and pin pad at exterior doors of corridor 113, 141 and 116. NAICS Code: 236220 –Commercial and Institutional Building Construction with an annual size standard of $36.5 million.   Project Magnitude is $1,000,000.00 to $2,000,000.00. Submission Package: Interested sources are invited to respond to this Sources Sought announcement by submitting the following information: 1. Contractor Information: Provide your firmâ€TMs name, Point of Contact, Phone Number, email address, DUNS and Cage Code Numbers. 2. Indicate if a solicitation is to be issued, will your firm/company be submitting a proposal: ________ Yes _______ No 3. Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4. Bond Capacity: Provide your suretyâ€TMs name, your maximum bonding capacity per individual project. Offerorâ€TMs must be able to bond at the higher end of the project magnitude range. 5. Experience Submission Requirements: Submit a minimum of three (03) projects, two (02) of which must be Design-Build projects to demonstrate experience in performing efforts of a similar size, scope, and complexity to the project description above; and completed within the last seven (07) years. 6. Submissions shall contain the following items below (a-f) for each project submitted for consideration: a. Include Contract Number, if applicable b. Indicate whether Prime contractor or Subcontractor c. Contract Value d. Completion Date e. Government/Agency point of contact and current telephone number f. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 15 pages. This package shall be sent by email, no larger than 6MB to the following email address: Patti.borja@navy.mil AND belinda.trout@navy.mil OR vial mail to NAVFAC MidLant – PWD Great Lakes ATTN: Patti Borja or Belinda Trout 310 Seabee Way, Building 1H Great Lakes, IL 60088-2814 Submissions must be received at the email address cited or via mail no later than 3:00PM Central Time on 08 January 2018. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to email addresses above.

28828 Glenwood Road, Perrysburg, OH 43551 USLocation

Place Of Performance : 28828 Glenwood Road, Perrysburg, OH 43551 US

Country : United States

You may also like

00000471 - Support, Services and Upgrades to the Security and Detention System

Due: 08 Jun, 2024 (in 2 months)Agency: Harris County

UPGRADE THE 4TH FLOOR SECURITY SYSTEM FOR EOIR AT THE SCHWARTZ COURTHOUSE.

Due: 30 Nov, 2024 (in 8 months)Agency: PUBLIC BUILDINGS SERVICE

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY