The RFP Database
New business relationships start here

Design/Build Improvements to Relocate Waterfront Facility


Rhode Island, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This project consists of the design and renovation of B1901 that will house the Explosive
Ordinance Disposal (EOD) Department, the design and installation of a temporary fabric
structure and foundation to contain vehicles and equipment and the design and installation of an
explosive ready service locker with secured perimeter.

The functional requirements of the renovations of B1901 include office areas, dive locker, cage
room, gear storage area, secure room, arms storage vault, toilet/shower room and kitchen
lounge area. Modifications to the building will also include HVAC system upgrades, fire
suppression/sprinkler and alarm upgrades, electrical upgrades, roof upgrades and building
exterior upgrades.
The repairs shall conform to the current seismic and life safety building
codes, Architectural Barriers Act (ABA) standards, Leadership in Energy and Environmental
Design (LEED) silver certification and EPAct 2005 energy policy.

Provide a roof structure evaluation, lateral load analysis to determine if current seismic load
requirements are met. The structural evaluation shall also determine if the existing structure can
carry the load of solar panels. (Solar panels are not part of this project). Provide a hazardous
material survey prior to the start of the design.

Building 1901 was originally constructed in 1942. It is a wood frame building with slab on grade.
The building exterior is wood shingle with the North wall made of brick faC'ade.
The roof has
been repaired over the years and is a built up roof system.

Building demolition includes interior partitions, the interior side of exterior walls and ceiling,
select electrical, mechanical and plumbing systems, refrigerator rooms, the roof system down to
the deck, brick chimney and existing package store sign. Hazmat abatement will be required as
part of the demolition.

Demolition shall also include the removal of the concrete slab and foundations at the exterior of
the building down to 4 ft below grade.

The building renovations shall include new windows and exterior doors, interior partitions,
flooring, ceilings and wall finishes, fiberglass batt insulation in the roof cavity and fiberglass batt
insulation in the exterior walls, moisture barrier on the inside of the roof and exterior wall
structure, room ID signs with room number and description, new HVAC system, new fire alarm
system, new electrical system, new telecommunications, security cameras and video monitoring
of the vehicle gates and pedestrian gate, exterior lighting, interior PA system, wood siding and
metal fascia repairs as required and painting the exterior of building including metal fascia.
Modify the existing plumbing system to provide domestic cold and hot water, waste, and vent
systems for toilet/shower rooms, kitchen, domestic water heaters, eye wash station, supply
sinks, laundry, ice machine, janitorial closet and dive locker wash off station.
Provide floor
drains with automatic trap primers at all service sinks and floor drains. Provide domestic cold
and hot water to two exterior hose bibs. Demolish all existing piping which is no longer required.
In Part 6, the Navy has developed a concept floor plan that illustrates the clientbs functional
requirements for the space. The designer shall review the room requirements, meet with client
and develop three proposed interior layouts for the client to choose from.

The building and fabric structure shall be connected to NAVSTA fire/rescue and security audible
and visual alert system (Giant Voice Mass Notification System)

Provide a temporary fabric structure. The structure shall be a fully enclosed structure,
approximately 50 feet by 80 feet with a minimum interior wall height of 15b with lightning
protection.
Provide a full concrete foundation and concrete floor slab. The fabric structure shall
be equipped with hot and cold water, fire protection and alarm system, compressed air, heating
and ventilation, electricity, telecomm, lightning protection, and grounding. Provide insulation for
the shell. Provide one overhead insulated door with vision panels, approximately 24 feet by 15
feet, two pedestrian doors and one double pedestrian door in the end panel.

Ready Service Locker (RSL) location (as shown on the attached drawing) and installation in
accordance with the Naval Ordinance Safe and Security Activity (NOSSA) and Department of
Defense Explosive Safety Board (DDESB) requirements. Provide 11b x 11b reinforced concrete
pad with a rain, wind and snow shelter.
The area around the RSL to the fence enclosure shall
be landscaped with a material that does not require maintenance. Provide a 10b concrete walk
from the parking lot to the RSL. Provide grounding, bonding and lightning protection for the RSL
in accordance with NOSSA. Provide a chain link fence enclosure with a 3 foot wide gate with
intrusion detection system (IDS) security system. The Navy will provide the RSL. The contractor
shall base the design on the bGolan 15b.

The project includes the following site improvements: reconfigure the roads and parking lot,
widen the access drive, remove existing concrete dumpster pad, remove existing concrete
sidewalks, provide stormwater management systems (LID) in compliance with RIDEM and
CRMC, provide a new fire water service to the building, remove the existing underground fuel oil
tank, provide primary and secondary electric service, provide telecommunication service and
relocate the existing sanitary sewer within the site.
Provide fencing to enclose the facility with a
secure perimeter with a 3 cantilever slide gates and a pedestrian access swing gate. Provide a
minimum 6 parking spaces adjacent to the building and 4 additional spaces within the site.
Relocate trash dumpsters and pads used by B1903 and provide a dumpster concrete pad, sized
for an 8yd trash and 8yd recyclable dumpster, with an enclosure. Site layout should also be
designed to house a 20b storage unit. Provide site lighting to provide adequate and efficient
lighting for the new site layout. Proposed site layout has been provided as a concept plan only.
Designer shall discuss needs of the client prior to final design.

Provide new unit identification signage in compliance with the NAVAL Station Newport
Installation Appearance Plan.

The contractor shall provide all labor, materials and equipment as needed to relocate, complete
and ready for use, all GFE from Bldg 119 NUWC to B1901 and the fabric structure.
A list of GFE
is located in part 6.

The funding for the fabric covered structure will be provided via bEquipment from Other
Appropriationsb. As such, proposals shall list costs attributable to the fabric covered building (to
include steel structure, fabric covering, delivery to site, and erection) separately from all other
construction costs, including demolition, excavation, foundation, utilities, mechanical and
electrical systems and equipment, doors, site improvements, and landscaping.

Cam Ormiston 4018414442

cameron.ormiston@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP