Concrete B-Hut IDIQ Solicitation Number: W91B4N-11-R-8016 Agency: Department of the Army Office: CENTCOM - Joint Theater Support Contracting Command Location: BAGRAM RCC

 

  

Opportunity Solicitation Number: All Files History W91B4N-11-R-8016 Notice Type: Jan 19, 2011  Complete Combined Synopsis/Solicitation Downloa View Synopsis: d/View  Combine Added: Jan 19, 2011 1:46 am W91B4 d Bagram Regional Contracting Office (BRCC), Bagram Air N-11-R- Synopsis/ Field, Afghanistan, has a requirement for the 8016.pdf Solicitati establishment of a Indefinite Delivery, Indefinite Quantity Jan 19, 2011 on (IDIQ) contract for the period of 1 Mar 2011 - 28 Feb 12 Downloa with the option of 2 additional periods of performance. d/View Jan 19, FINAL 2011 The requirement is for concrete B HUTS on Bagram Air SOW Field, Afghanistan. Concrete 1:46 am The contractor(s) will be required to provide all plant, B-Hut 28 labor, materials, tools, equipment, engineering, testing Nov  Jan 19, services, supervision, supplies, transportation and all other 2010.doc 2011 items as necessary to construct the concrete B HUTS. x Downloa 10:41 am d/View Drawing 1. PROJECT SCOPE: The work consists of the design and s 28 Nov construction of a pre-cast concrete B-Hut on Bagram 2010.pdf Airfield (BAF). The US Government will provide the locations of the B-Hut. The B-hut is 18 feet by 36 feet General (interior dimensions) in size. Any changes in construction Information from this Statement of Work and the attached prints will be approved in advance in writing by the Contracting Officer. Notice Type: The Contracting Officer and Contracting Officer Combined Representative (COR) reserves the right to approve and or Synopsis/Solicit disapprove any material that is used in the project. ation Original Posted Date: January 19, 1.1. CONTRACTOR: All work described under this 2011 Statement of Work and the related drawings shall be Posted Date: completed by the Contractor. The contractor shall provide January 19, qualified supervisory, technical and labor personnel capable 2011 Response Date: of meeting BAF on-base access requirements. The labor Feb 21, 2011 force shall possess the masonry, carpentry, and electrical 11:59 skills for this project and sufficient staff to accomplish the pm Eastern work in a timely manner. The contractor will provide all Original necessary tools and materials required for this work. Response Date: Feb 21, 2011 11:59 pm Eastern 1.1.1. The contractor shall provide past performance Archiving specifically showing experience constructing Pre-Cast Policy: Concrete structures to include experience in establishing Automatic, on and operating a PCI certified Pre-Cast Concrete Plant at specified date remote locations. Contractor should be able to demonstrate Original experience of at least 50,000 square feet of similar types of Archive Date: construction. February 22, 2011 Archive Date: February 22, 1.1.2. PLANT: The Pre-Cast Concrete sub contractor shall 2011 establish a Precast/Pre-stressed Concrete Institute (PCI) Original Set certified plant. Due to the tactical issues of moving Aside: inspectors around Afghanistan, the plant shall be located at N/A BAF. The government will make land available for this Set Aside: purpose. N/A Classification Code: Y -- Construction of 1.2. SUBMITTALS: structures and facilities NAICS Code: 238 -- Specialty 1.2.1. GENERAL: Submit five copies to the COR. Trade Submittals shall be clear and easy to understand with Contractors/238 dimensions in English or SI units 110 -- Poured Concrete Foundation and Structure 1.2.2. DESIGN: Submit a design and calculations bearing Contractors the stamp of a registered professional STRUCTURAL engineer, registered one of the United States. The design shall be capable of handling the following loads:

1.2.2.1. Seismic: Zone 4 IAW ASCE/ANSI latest standards. 1.2.2.2. Roof Snow Load: 40 Pounds per Square Foot (psf).

1.2.2.3. Floor Live Load: 75 psf.

1.2.2.4. Wind: 100 miles per hour (mph) IAW ASCE/ANSI latest standards.

1.2.3. QUALITY ASSURANCE/QUALITY CONTROL PLAN: Submit a Quality Control Plan which details the contractor's plan to obtain PCI certification. Submit plans for concrete testing and test results shall be submitted to the COR upon completion. The concrete for Each Precast Unit should be tested for slump, air content and compressive strength and each unit shall be labeled. All rebar shall bear the mill stamp and shall be 60,000 psi yield strength. The U.S. Government reserves the right to inspect the quality of construction and to order corrections or replacement, at no additional expense to the Government, of items determined as not meeting the minimum standards.

2. CONSTRUCTION STANDARDS:

2.1. Site Prep: Contractor shall perform the site preparation to include clearing any debris per COR and removing topsoil and all organic matter, leveling, compacting and shaping the site for drainage as applicable. The site shall be covered with a course crushed stone product, 3/4inch to 2 inches in size. In this case, the contractor will confirm availability of this option during the site visit for bid preparation.

2.2. Layout: The Contractor shall layout the B-Hut locations as shown on the B-Hut layout design or as directed by the COR. The COR will provide a base stake to locate the B-huts. 2.3. Foundation: The Contractor shall install pre-cast or cast in place concrete footings, with bolt anchors for tie downs between the b-hut and the foundation. Each of the bolt down locations shall be capable of transferring seismic loads from the b-hut to the foundation and the ground and a minimum of 4000 lb uplift. The foundations shall be constructed in such a way that the b-hut finished floor is a minimum of 18 inches above the grade of ground at the time of contract award unless shown different on plans.

2.4. GENERAL DESCRIPTION

2.4.1. PHYSICAL FEATURES: The finished b-hut shall be assembled from pre-cast units capable of being placed within an imaginary box which measures 10 feet by 10 feet by 37 feet for easy shipment to remote areas. The units shall have a bare concrete rubbed finish with no honeycombing, pockets or lumped aggregate. The units shall assemble with seismic capable connectors. Prestressed units will not be allowed. Minimum wall thicknesses shall be seven inches. Minimum roof thickness shall be eight (8) inches.

2.4.2. ASSEMBLY and MOBILITY: The roofs, floors and walls will assemble with seismic zone 4 capable bolted connections and connection plates. The connections shall be designed and constructed in a manner which allows for quick disassembly and shipment should the Government elect to relocate the units.

2.5. EXTERIOR Finishes:

2.5.1. All exterior walls must be clean of debris. The finished exterior surface shall be concrete with a rubbed finish. At the eaves of the long walls the contractor shall paint with approved stencil lettering the phrase "NO SANDBAGS ON ROOF" with four (4) inch high letters. 2.5.2. The quality of the work described above is to meet or exceed the standards deemed by the Contracting Office. 3. ROOF: The roof shall consist of the following components: 3.1. Thickness: Minimum eight inches thick, reinforced precast concrete. 3.2. Membrane: Approved Ethylene Propylene Diene Monomer (EPDM) rubber roofing sheet. 3.3. Joint material: Evosote expansive concrete joint sealer with elastomeric caulk and backer rod.

4. DOORS: The contractor shall construct door openings as per the Approved Drawings. Doors shall have a seven foot by three foot leaf, finished 1 3/4 inches thick, with a steel frame affixed to the units with concrete cast-in-place anchors. The door shall be insulated with a polyurethane insulation and the steel exterior door and the door and frame will have a factory applied baked enamel paint finish. The face sheets shall be reinforced, 16 gage minimum.

4.1. DOOR HARDWARE: Cylindrical Exterior lock with interior lever handle panic device, interior kick plate, and weather stripping. The contractor shall provide the COR with seventeen keys for each b-hut unless specifically directed otherwise.

5. STEPS: Steps shall be provided for each doorway. The stairs shall be of wood or precast concrete construction, with adequate bracing to prevent lateral movement. The stairs shall be fastened securely. A bottom plate shall be provided on the bottom of the stairs. The risers shall be a smooth surfaced and free of splinters. The rise shall be equal in height and between 6 and 7 inches tall. The run shall be equal in length and 11 to 12 inches (30 cm). The stair width shall be 49 inches. The height and number of steps shall be adjusted as required based on the height on the floor.

6. HEATING, VENTILATION AND AIR CONDITIONING: Each b-hut shall have two reversible 50 CFM fan at both ends on the small walls above an elevation of six feet above finished floor. One (1) Ductless, Mini Split, Heat Pump System, 9000 BTU's which will operate down to 0 degrees F shall be placed in each short wall. Coolant lines to include heat trace.

7. ELECTRICAL: IAW the attached Electrical Plan, NEC (2008) compliant. Conduit to be NEC compliant, cast within the concrete with flexible conduit. Wall outlets to be flush mounted.

8. LIGHTING: Eight (8) Wall Mounted (at the top of the walls) two 4 foot lamp wrap around fixture, T8, electronic ballast. Four (4) on each long wall. NEC (2008) compliant

9. DATA CABLING: IAW the attached Data Cabling Plan (Communications Plan). Maximum connectivity planning is for 12 people.

9.1. Data Cable and Terminations: Use RG6 coaxial cable. Use Cat6 network cable (leave at least 18" of wire for crimping RJ45 ends) Wall jack suitable for casting in concrete with 2 F connectors and 2 RJ45 connectors: http://www.sellntell.com/find_htm/pb.htm? action=item&SK=27 or equivalent.

9.2. Switch Panel: At the eaves of the one of the short walls, the contractor shall cast in the switch panel. The panel needs to have room for a 12 port hub and two (2), 6- way amplified video distribution splitters: http://www.summitsource.com/channel-plus-h816bid-1x6- powered-video-amplifier-whole-house-catv-antenna-hdtv- rf-splitter-hdtv-bidirectional-video-signd al-distribution- system-part-h816bid-p-8237.html? osCsid=hpeku0g2i0m2m9phrroophqub2 or equivalent and two (2) 120VAC power connections for the Amplified Coaxial splitters. Overall enclosure size should be no smaller than 24" by 24" to ensure room for wires and air flow.

10. EXCAVATION & BACKFILLING: Contractor shall be responsible for compacting soils in accordance with the design plans. Contractor should assure that any opened areas are properly barricaded and marked with reflective tape or signs as necessary. Contractor shall be responsible for obtaining a "Dig Permit" from BCE for each section of the project and assure that underground power lines, water lines and fiber optic cables are identified on the ground before any excavation takes place. In the event that an underground utility has been marked and was damaged by the contractor's activities, the contractor will be responsible for the costs of the repairs.

11. PROJECT CLEAN-UP

11.1. Contractor shall ensure the work is free of debris and safety hazards upon completion of the work each day.

11.2. The contractor will clean up all left over materials from the construction site prior to the project's being determined as complete. No trash, tools, or construction debris shall be left in the project area prior to acceptance by the U.S. Government.

11.3. Waste concrete over one (1) meter in size will be hauled off base at the contractor's expense.

11.4. The U.S. Government reserves the right to inspect the quality of construction, and to order corrections or replacement, at no additional expense to the government, of items determined as not meeting the minimum standards.

11.5. Re-grade, fill as necessary, and gravel area around building upon completion to facilitate positive drainage of the area for storm water run-off. No water ponding shall occur after a rain event. 11.6. The area immediately outside the building and inside the compound shall be covered with gravel. No rocks greater than 2-inch shall be left on the project area prior to acceptance by the U.S. Government.

11.7. Contractor shall repair or replace property or items damaged during construction.

11.8. Materials or equipment owned by Coalition Forces shall be returned to a location designated by the Contracting Officer's Representative.

12. TIME LIMIT FOR PERFORMANCE OF CONTRACT

12.1. The Contracting Officer shall allow 120 days to allow for design, review and plant set up. Delivery of the first unit shall take place in 30 days upon approval of the plant and the design. Newly ordered units shall take 30 days per 10 units to deliver upon delivery of the first unit. The project timeline will begin with the date of the signed NTP (Notice to Proceed). This project will be phased and subject to Government delays. The Contracting Officer, for inclement weather, flooding, or non-availability of government furnished materials, may grant additional days, where such situations interfere or otherwise obstruct the Contractor's ability to continue the work.

12.2. The Contracting Officer, for inclement weather, flooding, or non-availability of government furnished materials, may grant additional days, where such situations interfere or otherwise obstruct the Contractor's ability to continue the work.

12.3. The Contractor shall submit written requests for additional days to the Contracting Officer.

Please consult the list of if you cannot open a file.

Solicitation

Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Label: Solicitation Posted Date: January 19, 2011 W91B4N-11-R-8016.pdf" type=hidden name=dnf_class_values[procurement_notice][packages][0] [files][0][file][0][preview]> (301.20 Kb) Description: W91B4N-11-R-8016

SOW

Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Label: SOW Posted Date: January 19, 2011 FINAL SOW Concrete B-Hut 28 Nov 2010.docx" type=hidden name=dnf_class_values[procurement_notice] [packages][1][files][0][file][0][preview]> (30.32 Kb) Description: SOW Drawings 28 Nov 2010.pdf" type=hidden name=dnf_class_values[procurement_notice][packages][1] [files][1][file][0][preview]> (283.81 Kb) Description: Drawings Contracting Office Address: APO AE, Non-U.S. 09354 Afghanistan Place of Performance: APO AE, Non-U.S. 09354 Afghanistan Primary Point of Contact.: Daniel R. Tatro Phone: 3184313402

 