Building 62 Renovations, Indian Head, MD
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: May 06, 2022 01:35 pm EDT
- Original Published Date: Mar 17, 2022 04:42 pm EDT
- Updated Date Offers Due: May 06, 2022 11:00 am EDT
- Original Date Offers Due: Apr 29, 2022 11:00 am EDT
- Inactive Policy: Manual
- Updated Inactive Date: May 29, 2022
- Original Inactive Date: May 29, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Indian Head , MD 20640USA
Description
Abstract of Bids
*******************************************************************************************************
AMD 0002- This amendment is to provide the following:
1. Provide responses to RFI's and to provide revised responses to previous RFI's.
*****************************************************************************************************************************************************
AMD 0001 - This amendment is to provide the following:
1. Provide Responses to Requests for Information (RFIs)
2. Extend the Bid Opening date from 29 April 2022 to 06 May 2022
3. Provide an updated Wage Determination dated 25 March 2022
4. Provide revised drawing sheets S-003, S-103 and S-301
To access the attachments, click the paper clip icon in the upper left hand corner on the pdf.
**************************************************************************************************************** The list of site visit attendees is provided.
****************************************************************************************************************
Building 62 Renovations, Indian Head, Maryland
The proposed project will be a competitive 8(a), firm-fixed-price contract procured in accordance with FAR Part 14, Sealed Bidding, via an Invitation for Bid (IFB).
The work includes full exterior and interior renovation of the entire existing Building 62 (approximately 5,340 SF) at Naval Support Facility Indian Head in Indian Head, MD. The renovation of Building 62 will result in the creation of dry lab and office spaces to accommodate operational needs of the Detection Group, Early Warning Lab, Fleet Support, Integration Lab Test & Evaluation, and Test Range. In addition to core spaces, auxiliary areas such as Restrooms, Kitchen, and Storage will be provided. An addition to the building will upgrade the building to meet ADA Standards. Exterior work will include site upgrades within 15 feet of the building to address existing water infiltration, utility upgrades and ADA requirements. Work includes, but is not limited to, interior systems, floor, and roof demolition, floor and roof replacement, elevator installation, new exterior doors and windows, new interior partitions, ceilings systems, wall and floor finishes, new HVAC and plumbing systems, new plumbing fixtures, new lighting and electrical fixture replacement, and reconstruction of existing vestibule.
The Contractor shall assume the presence of hazardous materials for the purposes of bidding based on a limited hazardous material survey conducted at Building 62 attached at the end of this section. Prior to commencement of the work, the Contractor must engage a suitably licensed consulting firm to conduct a complete hazardous materials survey of all building areas. The firm must produce a Hazardous Materials Report of the conditions and findings of all hazardous materials and assist the Contractor in completing the appropriate UFGS Hazardous Material Specification Sections. The Contractor must then engage a Hazardous Materials Remediation Company to create a Hazardous Materials Remediation Plan for submission to the Owner and the Contractor's Consulting Firm for review and approval prior to starting the Remediation portion of the Work. The Remediation Work must be performed by the Remediation Company in accordance with the specification sections produced by the Consulting Firm which will be engaged to monitor the project conditions and conduct a final survey to certify the project site free of hazardous materials prior to starting the remainder of the Work. Requirements shall be coordinated at the preconstruction meeting. The Contract Bid and Work will include the survey, report, plan, remediation of Lead Paint, Mold, suspected Asbestos Containing Materials (ACM), and any other hazardous material described in the new report.
Attachments/Links
Contact Information
Contracting Office Address
- RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
- BALTIMORE , MD 21201-2526
- USA
Primary Point of Contact
- Amber Duty
- amber.l.duty@usace.army.mil
- Phone Number 4109623987
Secondary Point of Contact
- Gary Faykes
- gary.faykes@usace.army.mil
- Phone Number 4109620192
History
- Aug 28, 2022 11:55 pm EDTAward Notice (Original)
- May 29, 2022 11:55 pm EDTSolicitation (Updated)
- May 02, 2022 02:07 pm EDTSolicitation (Updated)
- Apr 30, 2022 11:55 pm EDTPresolicitation (Original)
- Apr 26, 2022 03:25 pm EDTSolicitation (Updated)
- Apr 08, 2022 07:43 am EDTSolicitation (Updated)
- Mar 17, 2022 04:42 pm EDTSolicitation (Original)