The RFP Database
New business relationships start here

Renovation and Repair Project


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

11 August 2016: AMENDMENT 5 - W912DR-16-R-0010-0005 FOR REVISED PRICE SCHEDULE.  ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.


It is the responsibility of all interested offerors to review this site frequently for any updates that may occur during the solicitation notice process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any pre-solicitation preparation costs. The Government reserves the right to cancel this requirement either before or after the closing date, with no obligation to all interested contractors by the Government.


 10 August 2016: AMENDMENT 4 - W912DR-16-R-0010-0004 FOR ALL RFP CHANGES, GEOTECHNICAL REPORT AND LOCATION PICK UP OF CDs. CDs CAN BE PICKED UP MONDAY - FRIDAY FROM 0730 - 1600 HRS.


It is the responsibility of all interested offerors to review this site frequently for any updates that may occur during the solicitation notice process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any pre-solicitation preparation costs. The Government reserves the right to cancel this requirement either before or after the closing date, with no obligation to all interested contractors by the Government.


 



29 July 2016: AMENDMENT 2 - W912DR-16-R-0010-0002 FOR CHANGES TO THE DRAWINGS AND SPECS ON CD#2. SEE AMENDMENT 2 FOR CD LOCATION PICK UP TO INCLUDE DATES & TIMES FOR THE PICK UP.


It is the responsibility of all interested offerors to review this site frequently for any updates that may occur during the solicitation notice process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any pre-solicitation preparation costs. The Government reserves the right to cancel this requirement either before or after the closing date, with no obligation to all interested contractors by the Government.


 
SEE THE ATTACHED AMENDMENT 1 - W912DR-16-R-0010-0001 FOR CHANGES TO THE SOLICITATION - W912DR-16-R-0010. THE FOLLOWING CHANGES WERE MADE: CORRECT THE CLOSING DATE OF THE SOLICITATION; UPDATED SMALL BUSINESS EVALUATION CRITERIA, AND ADDED FAR CLAUSE 52.208-9.


It is the responsibility of all interested offerors to review this site frequently for any updates that may occur during the pre-solicitation notice process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any pre-solicitation preparation costs. The Government reserves the right to cancel this requirement either before or after the closing date, with no obligation to all interested contractors by the Government.


The proposed procurement for Building K is unrestricted, NAICS Code: 236220, Size Standard is $36,500,000.00. This procurement is being advertised as a Request for Proposal (RFP). The magnitude of construction is $25,000,000 to $100,000,000. The completion period is expected to be approximately 730 calendar days from notice to proceed.

This is a design-bid-build (DBB) firm-fixed priced construction contract for the renovation and repair of an existing building located on Fort Meade, Maryland. This Administrative facility has a total of 96,496 gross square feet. The building has three (3) stories with a basement and attic. The three (3) stories above grade total 72,441 square feet. The basement is 24,052 square feet. This project will upgrade the building systems and allow for the introduction of new code compliant interior space with adequate handicap access, life safety, and reliability of systems. Utility systems capacity and reliability will be designed to support mission critical loads to mandated standards commensurate with the facility mission criticality review. Information assurance requirements will be incorporated into the design. This project includes: demolitions and replacement of the HVAC and electrical systems, emergency switchboard, uninterruptable power supply (UPS), automatic transfer switches (ATS), a generator yard, communications, renovate and repair the administrative offices to include storage space, restrooms, training areas, etc., install light fixtures with code compliant units, replace flooring, installation of a code compliant fire alarm and suppression system, installation of a passenger elevator and demolition of existing ramps and walkways to upgrade to American Disabilities ACT (ADA) entrance ramp; replace and repair of the conduit distribution throughout the facility. There may be minimal asbestos, lead paint and bio-hazards remediation. The renovated facility will need to meet minimum DOD Antiterrorism standards. There will be a conversion of the existing space adding secured space. The contemplated period of performance for this renovation and repair project is 730 days after contract award.

BI-FUEL EMERGENCY BACK-UP GENERATOR: Generac generators will be used to provide emergency back-up using bi-fuel with a maximum mixture of 75% natural gas and 25% diesel to ensure the sustainment of mission critical items that will not be lost in the event of an unplanned power outage.

Fire Alarm System: This equipment shall be non-proprietary, open architecture systems and must be fully field-programmable by hand or laptop. These devices must all be compatible with the fire alarm control panel (FACP) provided by the same manufacturer in order to send and receive addressable signals to/from the FACP.

The project will be constructed in accordance with the Uniform Federal Accessibility Standards USFAS)/Americans with Disabilities Act (ADA) Accessibility Guidelines, and Antiterrorism Force Protection (ATFP) standards.


Only U.S. citizens, as defined in 8 U.S.C. 1101(a)(20) or 8 U.S.C. 124b(a)(3), may work on this site or have access to any of the documents.


Nancy J Sykes, Phone 4436547853, Email nancy.sykes@usace.army.mil - Melissa Renee McMillan-Cox, Phone 4436547235, Email melissa.r.mcmillan-cox@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP