BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Remodeling and renovation of a military facility in Beale AFB, California. Completed plans call for the remodel of a military facility.

The 9th Contracting Squadron is soliciting a proposal for 1111494 Replace Fire Suppression and Alarm Systems in B1068 with an option to resolve deficient conditions at the fire water supply (pump house and storage tanks) located at Beale Air Force Base (AFB), California. The services to be performed shall include demolition of the existing fire alarm and suppression systems, design and construction of new fire alarm, suppression, and mass notification systems, as well as the design and construction needed to satisfy the bid option to install water storage tank level alarms and temperature alarms for reporting by the fire alarm control panel located in the adjacent pump house. Building 1068 is an aircraft shelter that is located within the flight line restricted area (See included site maps of the work areas and existing as-built drawings). Recent policy changes have occurred regarding the use of AFFF concentrate and high expansion foam systems within hangars. These changes and concerns regarding potential environmental and health considerations has prompted the discontinuation of these systems. The Department of Defense has experienced a troubling number of inadvertent activations of the high expansion foam systems and has determined that the risk of damage to high dollar assets out ways the benefits of foam fire protective systems. Specific to Beale, these systems have proven to be unreliable and difficult to maintain. The purpose of this project is to demolish the fire sprinkler, foam suppression, and alarm/releasing systems and install new to meet current Code and Base requirements. Note: The foam system is being demolished in its entirety and isn't being rebuilt. Aircraft shelter 1068 is to be considered a tier 2 facility. The Contractor shall furnish all design, labor, supervision, transportation, materials, testing, analysis, reports, permits, hauling, tools, equipment, disposal, and professional services to accomplish all the work involved to construct the project described in section 1.2. The completed project shall result in a fully functional and code compliant fire alarm and suppression system with mass notification meeting all government and industry standards. 1.2 Technical Description of Project Requirements include efficient management of TOs including, but not limited to, the submission of accurate, on-time, quality contract deliverables and timely identification and solution of impediments to successful project execution. Technical requirements include, but are not limited to the development of the most cost-effective and technically sound approach or solution. The Government will rely on the contractor's expertise in recognizing and addressing problematic issues and successful execution of each TO. The contractor shall perform all work in accordance with federal, state, and local statutes and regulations. This TO explains the general intent for the project. It documents the major line items of work the Government expects to see accomplished, but it does not attempt to explain the exact details and/or method of execution. The Contractor will be responsible for providing specific performance details in their design and construction documents. Major work items are as follows: 1.2.a The Contractor shall demolish and design/construct a fully functional code compliant dry pipe sprinkler system meeting extra hazard classification to include a building wide fire alarm/mass notification system with video flame detection. Project specifics and additional information are listed below and in the attached appendices A-C immediately following this TO. 1.2.b Work is being performed within the flightline restricted area. The facility will be vacated and turned over to the contractor during the construction phase. The contractor will be required to provide/install temporary fencing (chain link panels or low profile barriers with access) and signage to create a freezone to allow unrestricted access to the work area. Contractor is not to break the barrier of the free zone at any time. If options 4/5 are awarded, 1068 will be designed/constructed/completed first then 1067. Shelters will be turned over sequentially one at a time. The contractor shall readjust the freezone fencing when transitioning from 1068 to 1067. Any additional fencing/barriers/labor needed are to be included in the option 5 cost. 1.2.c Work will involve the draining and proper disposal of the high expansion foam concentrate. Foam system piping and concentrate tank will be drained and the liquid collected for proper disposal. Contaminated foam system piping is to be triple rinsed and the liquid collected for proper disposal so that foam system materials can be disposed of as regular construction debris. Contractor is to fully demolish all foam system piping, foam generators, and associated components to include all elements within the attached fire room. Contractor is to adhere to all environmental requirements listed in the included AF813. All fire alarm system components, wiring, panels, and conduit associated with the foam and fire alarm systems are to be demolished and disposed of. Abandoning in place is prohibited. 1.2.d Additional work is to include the complete demolition of the wet pipe sprinkler system back to the service entrance to the fire room attached to the back of the building. Contractor will need to adjust the fire water service entrance at the fire room by exposing the piping and constructing a grated concrete chase to meet current requirements (UFC 4-211-01 CH3_2021, sections 3-6.4.2.3 & 3-6.8). This is only the short distance from the fire room wall to where the piping stubs up above the floor slab. A new extra hazard dry pipe sprinkler system is to be designed and constructed (connect to the existing dedicated fire water supply). Because the hangar bay is open to the environment and temperatures below 40 degrees could occur (2022 NFPA 13), the hanger service riser shall be dry pipe pre-action type with pressurized nitrogen (install system with nitrogen generator) per UFC 3-600-01 CH6_2021 section 9-7.7. Pre-action activation will be by single interlock from the video flame detection system to open the pre-action valve. Dry pipe high/low pressure alarms are to be reported as supervisory functions via the FACP. Associated work includes constructing a water resistant divider wall within the fire room with one section housing the fire alarm panel and associated electronic equipment and the other section housing the wet/dry pipe sprinkler riser and trim components including the fire department connection. Contractor to rehab the existing electric heating system serving the wet/dry pipe section (Operate locally on programmable thermostat). Design/install a new suitably sized Trane ductless mini split system AHU with programmable thermostat to satisfy the environmentally controlled space requirement (UFC 3-600-01 CH6_2021, 9-18.4.2). Temperatures (high/low temperature notifications for the electronics section and low temperature notification for the wet pipe section) of both sections to be monitored by the FACP. Also, rehab the fire room entries by replacing the doors and all hardware. Provide BEST compatible locksets- contact Base CE to remove the existing BEST cores prior to replacement. Install new exterior fire room identification signage. 1.2.e Disturbed areas are to be patched and finished to match the surrounding area. New sprinkler piping is to be painted and labelled. 1.2.f The contractor is responsible for disposal off-site of any excess soils or debris generated as a result of this project unless specifically described herein. Contractor is also responsible for importing any needed suitable fill materials. The Contractor shall coordinate with 9 CES Environmental staff to determine proper disposal requirements for materials, which may include on-base recycling, hazardous waste disposal, or non-hazardous waste offsite disposal. It shall remain the responsibility of the Contractor to test, haul and dispose of removed materials identified for offsite disposal. All fees to dispose material offsite shall be the responsibility of the Contractor. The Contractor shall contact 9 CES Hazardous Waste Program Manager for proper disposal details and required coordination and documentation references. The contractor is required to segregate recyclable wastes, specifically steel and wiring. Recycle bins will be provided by the government for reclamation. The contractor shall coordinate with the government for the size, quantity, location, and frequency of swap out of bins. Remaining waste and any undesirable scrap are to be disposed of by the contractor at the contractor's expense. The contractor shall maintain logs of all waste dispensation and provide a quarterly diversion report to Base Environmental. The government reserves the right to salvage materials to be demolished. The government will remove as many of these items as possible prior to turnover of the facility to the contractor. A retention list will be provided to the contractor for any remaining materials that can't be removed prior to turnover for later collection by the government. 1.2.g Specific hierarchy of references is as follows: 1/18/22 USAF HQ Exemptions Memo, 11/16/21 SAF Sundown Policy Memo for Foam Fire Suppression Systems, UFC 3-600-01 (CH6_2021), and UFC 4-211-01 (CH3_2021). Policy memos may be found in the attached appendix B following this SOW. Contractor is to design and install new dry pipe fire suppression, detection, and alarm systems meeting current (time of award) UFC requirements. 1.2.h Provide full designs, including all design calculations. Contractor shall determine adequacy, locations, and routings of all utility tie-ins and distribution. All labor, materials, and repairs needed to perform these installations are at the contractor's expense. See UFC 3-600-01 CH6_2021, 1-7 for required Fire Protection Engineering services, including QFPE involvement, preparation of Fire Protection Design Analysis and Life Safety drawings, etc. Beale specific requirement is for the design package to be stamped by a registered fire protection engineer. Other design drawings are to be stamped by registered professional engineers for their respective disciplines. 1.2.i Option CLIN 0003: Contractor is to provide all design/construction efforts and material to correct specifically identified fire alarm deficiencies at the 1038 pump house. Work will involve the design and the installation of new remote tank level and temperature monitoring systems (for each tank) to be integrated into the FACP per UFC 3-600-01 CH6_2021 to include new modules, wire and other hardware needed to support the integration. Points to be integrated into the FACP are tank A/tank B high and low level alarms and tank A/tank B low temperature alarms. The FACP will need to be reprogrammed to pick up the new alarms. Per 2022 NFPA 72 requirements the entire pump house system will need to be retested. The existing level control systems that operate the tank fill valves are to remain in service. No conduit/cabling is allowed to be run above ground. All such shall be routed below grade using existing or new conduit runs. Supervisory alerts are to be routed and integrated into the FACP located in B1038. The FACP is newly installed, any damage to the panel as a result of the contractor integration will be repaired at the contractor's expense. This work is expected to be designed during the B1068 design phase and the construction is to occur concurrently during the construction phase of B1068. It is recommended that no additional design or construction time be added to the schedule for this effort. Option may be exercised by the Government at time of contract award or later: 1.2j. Option CLIN 0004: Contractor is to generate and submit a site adapted construction package for aircraft shelter 1067. The design package shall be based on lessons learned during the construction phase and final as-built drawings from the 1068 project. The package will be specifically site adapted from B1068 for use at B1067. The completed package will consist of specifications, design analysis, and stamped drawings. The final submittal will be provided in both hardcopy (paper full size) and electronic format (Pdf/CAD), two copies of each. Efforts for this option shall commence after final acceptance of the 1068 construction phase. An additional 60 days is being allotted for this effort. The package will be provided in two stages as a review draft and a final. The site adapted package shall use the as-built drawings and specifications for 1068 as a template since the work scope and facility size/layout is similar. Option may be exercised by the Government at time of contract award or later. An additional 60 days will be added to the contract duration for completion of this option. 1.2k. Option CLIN 0005: Contractor is to demolish the old fire alarm and fire/foam suppression systems in B1067 and construct new in accordance with the site adapted design package for B1067. Work is to include all labor and equipment needed for a complete and operable system. Option may be exercised by the Government at time of contract award or later. An additional 200 days will be added to the contract duration for completion of this option. Questions and Answers shall be submitted by 2:00 PM PT, 22 February 2023 *Amendment 1, 2, 3, 4, 5 and 6 have been released.

Post-Bid

Military

$5,000,000.00

Public - Federal

Remodeling, Renovation

443

57

20

2

Subscribe For Documents

21 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
183
Active Projects
92
Bidding Soon
1,481
All Active Projects
581
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

March 23, 2023

May 19, 2023

April 15, 2024

img_map_placeholder

To Be Determined, Beale AFB, CA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.