United States - Y--Design/Build Improvements to Relocate Waterfront Facility

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
01 August 2019
Opportunity publication date
09 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 08, 2019 1:25 pm

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 façade.

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 client’s 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 15’ 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 11’ x 11’ 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 10’ 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 “Golan 15”.

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 20’ 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 ‘Equipment from Other

Appropriations’. 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.

Opportunity closing date
01 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVFAC Mid-Atlantic, ROICC Newport United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?