The primary objective of this procurement is to install backup utilities at Building 729 within the Indian Head Naval Support Facility. The focus is on enhancing the building's infrastructure by introducing new utility systems while ensuring compliance with stringent standards, including NFPA and UFC requirements for fire suppression and fire alarm systems.
Multiple drawings and plans detail the work, emphasizing the precise locations and dimensions of the proposed utility lines, including fire lines, electrical ducts, and water systems. The drawings also indicate the existing conditions, demolition requirements, and the integration of lead-based paint and asbestos containment measures.
Contractors will need to coordinate carefully with relevant utilities and base personnel, adhering to strict guidelines for traffic management and maintaining access to buildings and loading docks. Moreover, stringent sediment control and erosion prevention measures are outlined to manage environmental impacts during construction.
This project carries an estimated value of $21,540 and requires licensing and certification from relevant engineering boards. Key dates include the submission deadline, indicated as 15 calendar days prior notice for any utility interruptions, and the targeted completion date. Evaluation criteria were not explicitly mentioned.
The government seeks a contractor to install backup utilities at Building 729 within the NSA South Potomac in Indian Head, Maryland. The procurement primarily involves demolition and the installation of various systems. This includes fire suppression, electronic fire alarm systems, water services, standby power generation, switchboards, and electrical distribution. Additionally, the project requires modifications to industrial control systems and integration of electric duct heating coils.
Contractors must submit detailed plans, including a salvage plan and a baseline construction schedule, for government approval. The work is to be performed with minimal disruption to the occupied buildings nearby, adhering to strict security and access protocols. The contract is expected to be firm-fixed-price. Critical dates include a pre-construction meeting and a required baseline schedule submission within 15 days of contract award.
The government will evaluate proposals based on factors like the contractor's experience, qualifications, and ability to meet schedules, with particular emphasis on the quality of the proposed work and compliance with requirements.