Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:W9126G-19-B-3286
Title: JBSA ARNORTH Building 615 Renovate for Army Band Classification Code: Z- Maintenance, Repair, and Alteration of Real Property NAICS: 236220 - Commercial and Institutional Building Construction ...
Title: JBSA ARNORTH Building 615 Renovate for Army Band Classification Code: Z- Maintenance, Repair, and Alteration of Real Property NAICS: 236220 - Commercial and Institutional Building Construction Solicitation Number: W9126G-19-B-3286 Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Fort Worth FOR JBSA-San Antonio, Texas: This request for proposal (RFP) is a Design-Bid-Build (DBB) for Building Renovations for the ARNORTH Building 615 for the Army Band Facility located at Joint Base, San Antonio Fort Sam Houston, TX. The objective of this project is to provide knowledge and expertise of environmental, architectural, interior design, structural, mechanical and plumbing, electrical, fire protection and safety and physical security standards to renovate ARNORTH's B615 (Army Band Facility) Joint Base San Antonio (JBSA) Fort Sam Houston (FSH), Texas. The scope of work for this survey includes all accessible interior and exterior portions of building 615. Selective demolition: Includes but not limited to the removal/protection of interior historic elements; removal of all exterior doors and windows; selective removal of interior wall, doors, spaces, and finishes; removal of all mechanical, electrical, plumbing, communications, and fire protection systems; hazardous material abatement; removal/replacement of multiple exterior porches and stairs on all sides. Exterior work: Includes but not limited to replacement of all exterior doors and windows, construction of new porches and stairs on the exterior, replacement of deteriorated wood framing and decking as required, construction of a new exterior elevator addition, construction of a new entry portico and stair on the east side, and site concrete for mechanical equipment and sidewalk replacement as needed. Interior work: Includes but not limited to the interior finish-out of the facility. It encompasses the layout of functional spaces, interior finishes, lighting, electrical power distribution, communications, plumbing, and mechanical ventilation/exhaust, fire sprinkler, fire alarm/mass notification, and life safety. This building consists of two floors and encompasses approximately 26,800 gross square feet of floor space. This building was originally constructed in the late 1800's as the mess hall for the installation, and it has undergone various types of renovations over the past years. It presently houses the administration, offices, and practice areas for the 323D United States Army Band headquartered at this base. The exterior of the building is comprised of brick masonry walls around the building perimeter. The first floor of the building is partially below the ground level. Numerous windows have been boarded up, while others are in structural disrepair. The roof consists of slate shingles, except for the corrugated metal lean-to roof located on the former Coal Storage Room (adjacent to the Boiler Room on the southeast corner of the building). The building interior includes a combination of plaster and/or sheetrock walls. Ceiling materials include plaster, wooden beadboard, tin sheets, and lay-in acoustical tiles. The floors are either bare concrete (mechanical areas) or are covered with vinyl floor tiles, ceramic tiles (restroom areas), carpet (over wood or concrete substrate), or wood (parquet type). Lay-in ceiling insulation was located above most of the drop-ceilings in the building. Heating and cooling of the building is provided by a single chiller and single boiler through a two-pipe system (manual valves for heating or cooling), with multiple air handling units located in five different mechanical areas. This project has been coordinated with the installation physical security plan, and all physical security measures are included. All required antiterrorism protection measures are included. The facility is on Joint Base San Antonio-Fort Sam Houston (JBSA-Fort Sam Houston). DFARS 236.204 Disclosure of the magnitude of construction project (ii) between $5,000,000 and $10,000,000. The IFB is anticipated to be issued on or about 16 August 2019, and bids due on or about 16 September 2019. Public bid opening procedures are applicable for this solicitation and a firm-fixed price contract is anticipated to be awarded. Anticipated contract award date on or about 30 September 2019. Anticipated project completion date is 430 days from Notice to proceed. This solicitation is 100% set-aside for HUBZone. The wages and benefits of employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Davis-Bacon Act. Projects outside the primary area of responsibility may be added upon approval of all parties and at the option of the Fort Worth District, U.S. Army Corps of Engineers. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fbo.gov/. The use of the website requires prior registration at www.fbo.gov/. You must be registered with the System Award for Management (SAM), to receive a Government contract award. You may register with SAM at https://www.sam.gov/. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the FedBizOpps website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedBizOpps address after solicitation issuance at the following address:https://www.fbo.gov/Solicitation Number. Plans and specifications will not be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOpps web site for amendments to the solicitation. Contracting Office Address: Attn: CESWF-CT PO Box 17300 Fort Worth, Texas 76102-0300 United States Place of Performance: Fort Sam Houston, San Antonio Texas United States Primary Point of Contact: LaTorie M. Bivins, Contracting Specialist latorie.m.bivins@usace.army.mil Phone: 817-886-1881 Secondary Point of Contact: Scott Bonner, Contracting Officer Scott.Bonner@usace.army.mil Phone: 817-886-1035