News

Z–MEDICAL HOME PORT RENOVATION, BUILDGING H-100 (PRIMARY CARE CLINIC), NAS CORPUS CHRISTI, TX

Type of document: Contract Notice
Country: United States

Z–MEDICAL HOME PORT RENOVATION, BUILDGING H-100 (PRIMARY CARE CLINIC), NAS CORPUS CHRISTI, TX

Agency:
Department of the Navy

Official Address:
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL

Zip Code:
32212

Contact:
Barbara Czinder 904-542-6834 Primary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil. Secondary POC: James A. Miller, (904) 542-6812, james.a.miller18@navy.mil

Link:

Date Posted:
23/04/2018

Classification:
Z

Contract Description:
This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid.
The intent of this pre-solicitation synopsis is to notify potential offeror���s for MEDICAL HOME PORT RENOVATION, BUILDGING H-100 (PRIMARY CARE CLINIC), NAS CORPUS CHRISTI, TX.
The project for MEDICAL HOME PORT RENOVATION, BUILDGING H-100 (PRIMARY CARE CLINIC), at Naval Air Station Corpus Christi in Corpus Christi, TX is for completely renovate the first floor clinic (~42,000 SF) to accommodate the Medical Home Port model of operations. The existing facility is five stories in height.
A. Selective demolition of first floor walls, ceilings, and floor finishes.
a. The facility will remain in full operation the duration of construction.
b. Construction phasing planning shall not require clinic departments to relocate more than once.
c. Temporary trailers will be leased by the Contractor and located on-site to allow the clinic to continue operations during construction.
Utility connections to these trailers will also be required.
B. Remediate asbestos wallboard, pipe insulation, and caulking throughout the renovation areas of the first floor and basement.
C. Erect new partition walls doors, pass-windows, counters and cabinets, and related interior features in accordance with UFC 4-510 -01.
D. Upgrade the interior directional signage will be throughout the entire first floor.
E. Install a new vapor barrier to first floor exterior existing pre-cast panels.
F. Install a new 300-Ton cooling tower and a new centrifugal condensate pump is to meet the condenser water requirements and to meet the chilled water set point.
G. Remove existing AHU-I and install two new air handlers in a relocated mechanical room in full compliance with UFC 4-510 -01.
a. Install a completely ducted return air system and convert existing CAV units to Variable Air Volume (VAV) units by providing Variable Frequency Drives (VFD) throughout the entire first floor.
b. Install new Direct Digital Controls (DOC) for all new and modified mechanical equipment.
i. Control components and accessories shall be compatible with the existing DDC system.
ii. Update DDC system graphics concurrent with equipment modification and replacement.
iii. Provide software updates concurrent with equipment replacement and modification for this and future projects.
c. Relocate the outside air intake per UFC 4-510-01.
d. Seal existing duct systems to remain and add balancing dampers.
H. Remove the existing steam boilers and install two new complete closed-loop hot water systems each with high efficiency condensing boilers, storage tank, pumps, and DDC controls.
One system will provide domestic hot water; the second system will provide heating hot water and HVAC reheat. Both systems serve the entire building.
I. Install new insulated plumbing supply piping, waste piping, sinks, low flow
fixtures, and rainwater drainage piping.
.
J. Install new 500KVA transformer, secondary service, and 800A switchboard to
support the renovated area.
J. Remove and reinstall lighting fixtures and branch wiring for the renovated area.
K. Install an electronic security system (ESS) to include intrusion detection, video surveillance, and access control in the renovated area.
L. Modify the newly installed fire alarm and mass notification system throughout the renovated areas.
M. Provide new copper/fiber optic communication data system throughout the renovated areas.
Provide low voltage cable trays for all new copper/fiber optic cabling.
N. Remove existing fire sprinkler heads and branch piping and install a new wet sprinkler system with quick response sprinkler heads to accommodate the clinics new arrangement.
O. Renovated areas will receive new tile flooring and walls with gypsum ceilings in restrooms, VCT flooring in exam, lab, and pharmacy areas, carpeted floors in administrative areas, painted walls and acoustical ceilings elsewhere.
P. Equipment for this project includes; medical equipment, FF and E, communication systems, security and alarm systems, Audio-Visual (A/V).
Q. Replace the existing switchgear and 2,000kVA pad mounted utility transformer including any phasing to keep the facility operational during construction.
R. Completely decommission the existing emergency generator and enclosure, the two existing propane tanks, and all associated controls, alarms, pads, conduit, and conductors.
The emergency and egress lighting that is currently served by the emergency generator and that does not contain battery back-up will need to be modified to add battery ballasts or replaced to provide emergency and egress lighting to comply with NFPA 101.
S. The 4 existing elevators do not currently have battery lowering and will need to be modified to add battery lowering once the existing emergency generator is decommissioned.
Specific Project Requirements:
A. The first floor and basement will be barrier free in accordance with DOD criteria and the DEPSECDEF Memorandum ���Access for People with Disabilities��� dated 10/31/2008.
B. The first floor and basement shall include design for Anti-Terrorism Force Protection (ATFP) features and comply with ATFP regulations and physical security in accordance with Military Handbook 1024/1, Unified Facilities Criteria (UFC) 4-010-01 DoD Minimum Anti-Terrorism Standards for Buildings.
C. Sustainable design features will be included in the design, development, and construction of the facility in compliance with Energy Policy Act of 2005, Executive Order 13423, and current Navy energy guidance.
Third Party Certification (such as LEED) is NOT required for this project.
The completion time for this contract is to be provided in RFP calendar days after contract award. Contract award is anticipated on or around 30 September 2017.
The NAICS Code for this procurement is: 236220 ��� Commercial and Institutional Building Construction with the annual size standard of $36.5 million.
Competition Requirements: Full and Open Competition Procurement Method: Contracting by Negotiation
Source Selection Process: Best Value, Trade Off.
Type of Contract: Firm Fixed Price
Project Magnitude is between $18,000,000 and $28,000,000.
The solicitation will be listed as N69450-18-R-0508 on the Navy Electronic Commerce Online website (NECO) at: and Federal Business Opportunities (FedBizOpps) at
The Request for Proposal (RFP) will be issued on or about 07 May 2018.
No electronic or hardcopies of the solicitation, drawings, specifications, attachments, additional documents, etc.
will be provided, since these will be available on NECO and FedBizOpps when the solicitation is posted/issued.
A Pre-Proposal Conference and Site Visit will be held. Details on the site visit will be provided in the solicitation. Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation).
Offerors are responsible to check NECO and FedBizOpps for the solicitation and any subsequent amendments that may be issued.
Primary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil. Secondary POC: James A. Miller, (904) 542-6812, james.a.miller18@navy.mil

Response Date:
060618

Sol Number:
N6945018R0504

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy