B2424 Dorm Renovations

The Department of the Air Force, Air Mobility Command has a requirement for B2424 dorm construction renovations.

Solicitation Summary

The Department of the Air Force, Air Mobility Command has a requirement for B2424 dorm construction renovations.

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Air Mobility Command
Solicitation Number  FA448425R0004
Status Post-RFP
Solicitation Date 11/26/2024
Award Date 04/2025 (Estimate)
Contract Ceiling Value $25,000,000
Competition Type  Small Bus Set-Aside
Type of Award Other
Primary Requirement Architecture Engineering and Construction
Duration 360 day(s) base
Contract Type  Firm Fixed Price
No. of Expected Awards N/A
NAICS Code(s):
236220

Commercial and Institutional Building Construction
Size Standard: $45.0 million annual receipts

Place of Performance:
  • New Jersey, United States (Primary)
    • JB McGuire-Dix-Lakehurst
Opportunity Website: https://sam.gov/opp/e149a3a1d4954219902ac3e651379a7f/view

B2424 Dorm Renovations Background

N/A

B2424 Dorm Renovations Requirements

This project is to address repairs and upgrades to the facilities at B2424, including interior renovations, and exterior repairs and upgrades.

The work to be performed includes the principal features listed below. This general outline of principal features does not in any way limit the responsibility of the contractor to perform all work and furnish all plant, labor, and material required by the specifications and drawings to perform a complete and permanent job to adequately fulfill the intent of these specifications and to deliver a work product(s) that is fit for its intended purpose. The inspection clause of any resultant contract for this work shall not in any way be interpreted as waiving the Government’s requirement that the work product(s) be fit for its intended purpose. Government inspections do not in any way constitute acceptance of work quality or fitness until the final acceptance inspection is made.

Alterations to the existing facilities include the following:

  • Interior
    • Interior surfaces will be repaired and repainted. The “popcorn” ceilings will be replaced with new gypsum board in all locations. All flooring and bases including vinyl, rubber, carpet, and ceramic tiles will be replaced.
    • New LED lighting throughout will meet the current UFC lighting levels. See electrical for more information.
    • Openings:Doors including hardware (and frames as needed) will be replaced with new. Keyed locks with dead bolts and lever handles will be installed, no electrified hardware. Door hardware replacement will comply with ADA/ABA standards. Window blinds will be replaced.
    • Restrooms and Bathrooms: The Scope of Work (SOW) includes refinished single and shared bathrooms (in dorm rooms) in both the dormitory and common buildings. Wall tiles and substrate will be replaced with new mold-resistant substrate and new tiles. Floor tiles will be replaced with new. Bathroom ceilings will be replaced with new mold-resistant gypsum board. All plumbing fixtures and accessories will be replaced with new. Tubs will be replaced with acrylic shower stalls with tempered glass doors. All plumbing fixtures will be replaced with fixtures that are WaterSense labeled. New exhaust grilles will be in the shower not next to the shower.
    • Common Kitchen: All cabinetry, countertops, medicine cabinets, accessories and sinks will be replaced with new. Cabinetry will be plastic laminate-clad and topped with solid surface countertops. Finishes will only be replaced in the listed spaces. The kitchen layout will be expanded. A gas line will be installed, electric range will be replaced with gas range. A second range/oven will be added.
    • Second-floor Mailroom: To be converted into two rooms by removing the existing partition wall and mail slots/boxes. One shall be a telecom room and one shall be a study/lounge room suitable for activities such as yoga.
    • Laundry Rooms: Renovated to add a partition behind the machines to shield the utilities, creating a chase. A door will be added to access this chase for maintenance. The opposite walls will be bumped out to compensate for the loss of floor space.
    • Day Room: Renovations will include the main space, TV room, kitchen, and restrooms. All finishes, casework, lighting, and accessories will be updated in the kitchen only.
  • Exterior
    • Roof: Roof gutters and downspouts will be replaced entirely. New Eave detail includes baker plywood construction and metal facia.
    • Soffits: Exterior hallway soffits will be replaced to match existing at locations of water damage.
    • Masonry Repairs: Capstones at walkways throughout the building will be replaced as well as all flashing and weeps on windows, fenestration headers, and locations where there is water infiltration and/or deterioration. All closed cell backer rod in exterior walls and concrete hallways are to be replaced including all expansion and control joints. Sealants in the windows, doors, exterior walls and concrete hallways will be replaced. Water infiltration problems discovered or observed during the site visit will be repaired. Brick masonry will be replaced and repointed where needed. Stains and efflorescence will be cleaned from surfaces.
    • Existing Stairs to Remain: Spalling and staining present on the staircases at the ends of each wing are likely due to moisture penetration at the guardrail bracket mounting locations. Concrete repairs will be done at each column, beam, landing, and stair deficiency and guardrails will be removed and refurbished, brackets will be refurbished and reinstalled using a high-grade anchors and sealers at each connection.
    • Central Stair: The central exterior precast concrete stair connecting both wings is to be replaced in its entirety. The central stair has significant cracking and spalling. Cracking is primarily occurring at the horizontal beams and occasionally along the face of the stair runs. Significant cracking is present at the beam-to-column connection supporting the second-floor landing. Cracks are likely due to moisture penetration and possible foundation settlement. Spalling and staining is present primarily at the beam-to-column connection and at each guardrail bracket connection most likely due to water penetration. New stair will be precast concrete replace in kind. Structural requirements for precast delegated design are defined in stair drawings.
    • New Water Supply: A new water service connection will be installed along with a vault to provide separate fire and domestic water lines to the existing mechanical room.
  • Utility:
    • Service Meters: Water, natural gas, and electric meters are to be replaced with “smart meters” and interconnected to provide connection to the base-wide system.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.