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 Point Mugu NAWC, California. Completed plans call for the remodel of a military facility.

PROJECT DESCRIPTION This Request for Proposal (RFP) is for Firm Fixed Price construction work at Point Mugu Naval Base Ventura County, CA. The goal of this project is to upgrade the exterior of building PH1525. PH1525 exterior has severe degradation and corrosion from local off shore weather systems in addition to age. The south facing exterior is directly in route of all major Southern California storms. Repairing exterior walls surfaces will maintain and extend the exterior envelope of PH1525. Additionally, the facility’s exterior doors & window frames are beyond service life expectancy and have severe corrosion. The exterior windows have deteriorated from constant weather, with all north and south facing windows enduring constant wind and sun. The Contractor shall provide all labor, materials, tools, transportation, equipment, management, supervision, and incidental engineering necessary to perform all work and incidental related work identified in the project descriptions. The contractor shall verify all elements of the facility prior to planning for repairs and installations. All work shall be complete and ready for use. PROJECT OBJECTIVES The scope of work for the exterior building upgrade includes but is not limited to the following: repair cracks and exterior walls, provide new exterior paint, replace doors and windows, replace the existing compressor wood shed structure with a new metal panel enclosure, and provide new exterior flood lighting with automatic sensors. A. REMOVE AND REPLACE EXTERIOR METAL PANELING 1. Repair, prep, patch and paint existing exterior corrugated metal siding and roof at building PH1525. a. a. Metal replacement will need to be a Coastal Flurothene Metal Panel with manufacturer’s standard paint coatings, and replace related roof flashings, copings, closures, fillers, metal expansion joints, ridge covers, roof panel mounting clips, gable and eave trim, gutters and downspouts, waterproof membranes or base felts, and other accessory items. Provide a minimum 20-Year Manufacturer’s Warranty. 2. surfaces throughout including but not limited to: a. Pipes b. Ladders and cage c. Existing doors d. Exposed structural steel framing members 3. Replace eroded gutters and downspouts at building PH1525. 4. Provide a new attic exhauster as either a removal of existing with the replacement of or a cut-in as new attic exhauster. Sizing includes larger than 12-inch up-to 16-inch neck diameter. (4ea) 5. Replace (1 roll-up doors and framing at the east and west sides of building PH1396 a. In-fill the north Facing Roll-up door is new metal siding. Removing existing framing. 6. Replace (6) manually operated steel metal exterior windows at building PH1396 a. New windows shall be translucent glazed metal frame windows b. Windows will also need to be tinted to a percent of 5% or less. 7. Provide fabrication and installation associated with exterior siding, roof system and retrofitting. 8. Paints for both existing and new surfaces shall be environmentally friendly per environmental regulations and CATEX. 9. All exterior surfaces to be painted shall receive a minimum of one prime coat and two finish coats unless otherwise specified and must conform to Federal Specifications. 10. Preparation of existing exterior surfaces to be painted shall be in accordance with the paint manufacturer’s recommendations. The color of all exposed metal shall match adjacent surfaces. 11. Paint/Color Selection: Paints shall be manufacturer’s premium grade quality, readily available for purchase in standard colors. Paint for all exterior walls and surfaces shall be gloss. Satin, Bone China White (DEW 339) or semi-gloss finish and to be noted on Finish Schedule. (refer to NBVC IDP page 8-17). 12. Facility color scheme shall comply with the latest NBVC Installation Appearance Plan as referenced in the attachments of this RFP. (refer to Part 6 Attachments) B. EXTERIOR DOORS REPLACEMENT 1. Replace two exterior doors, locks, hardware, and frames. • 2 single doors • 2 manually operated roll-up doors mechanical room door. 2. Paint all exterior doors and frames. 3. Do not replace existing large sliding hangar doors at the West side of the facility. 4. New doors shall comply with the ATFP Standards (as applicable to scope) of UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. 5. Refer to B2030 of 6.0 Engineering Systems Requirements (ESR) in this Part 3 for additional information on secure access requirements. C. EXTERIOR WINDOWS & FRAMES REPLACEMENT 1. Replace exterior windows and frames. There are six (6) windows for the exterior of the facility. • Six (6) manually operated roll-up windows with screens. 2. New windows shall comply with the ATFP Standards (as applicable to scope) of UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. The exterior window systems include glazing framing, connections and supporting structural elements. 3. Glazing/Translucent color must comply with base Installation Appearance Plan. Bullet resistant glazing is required, the materials must be listed by UL ABPMED as bullet resisting, with a power rating of Medium--Small Arms in accordance with UL 752. 4. Glazing must be no less than 1/4 in. (6 mm) nominal polycarbonate or laminated glass for exterior windows. The 1/4 in. (6 mm) laminated glass consists of two nominal 1/8 in. (3 mm) glass panes bonded together with a minimum of a 0.030 in. (0.75 mm) interlayer of a material designed and tested for blast resistance. 5. For Insulated Glass Unit (IGU), use the polycarbonate or laminated glass for the innermost lite as a minimum. For laminated glass, provide a glazing frame bite in accordance with ASTM F2248. For polycarbonate provide a glazing frame bite of no less than 1.5 times the polycarbonate thickness. D. REPLACE INTERIOR FLOORING 1. Replace existing flooring throughout in workspace and restrooms with Luxury Vinyl Tile (LVT) a. The vinyl cove base in the bathroom will also be removed and replaced. E. GENERAL: 1. Provide renovation plans in compliance with NAVFAC Design standards. 2. Provide conceptual layouts based on project requirements and criteria. Prepare design packages in English units 3. Provide hazardous material abatement and removal as needed. Refer to Asbestos and Lead Reports in attachments in Part 6 Attachments of this RFP. 4. See Part 6 Attachments of this RFP for elevations showing replacement of exterior windows/doors and repainting exterior building envelope throughout for reference. Sketch drawings are provided for reference only, contractor shall field verify site conditions to bid the project accordingly. 5. The facility color scheme for repainting shall comply with the latest NBVC Installation Appearance Plan as referenced in Part 6 of this RFP. 6. Provide selective building demolition and removal as required and impacted by repair work. 7. Contractor shall visit the job site and investigate all spaces indicated by this Scope of Work. Contractor shall visually inspect, measure, photograph, and otherwise document all spaces as required to produce a complete and operable system as described. Photograph permission will be granted upon customer’s security approval. 8. The Contractor is required to keep work areas neat and in presentable condition at all times. Contractor shall continuously maintain a safe working area. All debris shall be removed from the work site on a continual and daily basis, and at project completion. 9. Protection of Government Property: During execution of work, the Contractor shall take special care to protect Government property. The Contractor shall return areas damaged as a result of negligence under this contract to equal or better than original condition. 10. During construction process, the Contractor shall be responsible in protecting existing building utilities and must remain intact or undisturbed at all times. Any outages affecting the health and safety of employees within the building shall occur after hours and on weekends. The contractor shall conduct operations so as to cause the least possible interference with normal operations of the facility. Identify on the construction schedule each factor which constitutes a potential outage or shutdown of operations. All outages and shutdown of operations shall be closely coordinated with the FEAD Office and the building tenants. It is the Contractor’s responsibility to protect all existing items in the construction areas. The contractor is responsible for relocating items as necessary to accommodate work and replacing back in their original locations and condition. 11. The work shall be carried out in accordance with contract requirements and local ordinance as not to cause any unreasonable nuisance to affected tenants. 12. Maintain work schedule without impacting and/or minimize base operations as indicated by Base Utilities through the outage coordination process. Any delays in work resulting from improper contractor planning and detailed coordination shall not any way be a caused for additional compensation. 13. The contractor will be responsible for the close coordination with FEAD and customer to strategize and device a manageable construction schedule as to minimize any impacts to customer operations. 14. The contractor shall provide adequate barricade/safe-offs controls around construction site to prevent general public access of construction site and construction equipment. 15. Painting. Provide a minimum of one prime coat and two finish coats. The prime coat shall not be combined with texture or other coatings. Seal and prime all surfaces to cover underlying stains or discoloration that may affect finish paint. Finish coats shall provide full coverage of undercoats and substrates. All walls and ceiling in wet area shall have semi-gloss paint. 16. All electrical installation shall comply with current NEC requirements. 17. Patch all surfaces and walls as required.

Post-Bid

Military

$1,000,000.00

Public - Federal

Remodeling, Renovation

1

8

21

Subscribe For Documents

2 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
302
Active Projects
148
Bidding Soon
2,652
All Active Projects
1,117
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.

August 23, 2024

October 1, 2024

April 14, 2025

img_map_placeholder

To Be Determined, Point Mugu NAWC, CA

Related To This Project


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.