questions and answers related to - Military & Federal Construction

advertisement
QUESTIONS AND ANSWERS RELATED TO:
SOLICITATION W912JM-12-R-0018,
D/B UNMANNEDAIRCRAFT SYSTEM FACILITY
EVANS FIELD, FORT STEWART, GA
Dated: AUGUST 8, 2012 - Initial
1. Q. The RFP requires the contractor to provide the service transformer and site lighting. Usually
Canoochee EMC provides these items on Ft. Stewart property.
A. Refer to DC D6 section 1.01B. Contractor shall coordinate incoming electrical service tie-in
with DPW.
2. Q. Is compliance with the I3A required? If so, the telecommunications room shown in the RFP is
too small and there needs to be an additional room for SIPRNet connections.
A. Refer to DC D7 section 1.03 for applicable Reference Standards.
3. Q. Where does the optical fiber service need to connect outside this building?
A. Refer to DC D7 section 3.01.B.3 Connection between Base outside plant communications
system and internal network is part of the data network. Coordinate with NEC for
communications outside plant connection locations.
4. Q. Is the telephone controller mentioned in the RFP a telephone PBX or similar switch? We will
need to know the type in order to understand how to integrate the paging system with the telephones.
A. Refer to DC D7 2.01 section 2.01.A.3 Telephone sets, controller, and switching software are
Owner furnished and section 3.01.A.2 for paging and telephone interconnection requirements.
5. Q. Is Panduit the only acceptable connectivity components manufacturer for the premise cabling
system as shown in DC D7-1 paragraph 2.02?
A. DC D7 section 2.02 requires incoming data and voice cabling and building infrastructure to be
provided by Panduit Network Systems. Alternate suppliers will need to be approved by the NEC.
6. Q. Are there any energy savings requirements? Such as exceed ASHRAE minimums by some
percentage?
A. Yes, all new buildings must meet the requirements of EPACT 2005, as set forth in DG415-5.
7. Q. Will an oil/water separator be required for the drains in the Hangar? We have provided them on
other TUAV hangars.
A. No floor drain or oil/water separator is required.
8. Q. Building drain is required to be 6”, but for buildings of this size, a 3” or 4” building drain is
usually provided. Can we provide piping sized in accordance with the plumbing code instead?
A. Site sewer shall be 6", building drain can be sized for the flow of the fixtures in the building.
9. Q. All waste piping in the building is required to be sloped at ¼” per foot which far exceeds the
requirements of the plumbing code. Can we slope drainage piping in accordance with the requirements
of the plumbing code instead?
A. The drains can be sloped to 1/8" per foot but must not be less than this.
10. Q. The requirements for distance between cleanouts far exceeds the requirements of the plumbing
code. Can we provide cleanouts at distances in accordance with the plumbing code instead?
A. Provide cleanouts as required by the RFP.
11. Q. The RFP requires devices at each branch take-off to allow the insertion of measurement devices
to monitor the flow and pressure levels in the water distribution system. Are these necessary at every
branch take-off? If not, how many branch take-offs are required to have this device?
A. Locate at take offs to major fixture groups.
12. Q. Drainage piping below slabs shall be a minimum of 3”. Would it be allowable to run 2” piping
below the slab in accordance with the plumbing code?
A. No piping less than 3" shall be below slab.
13. Q. The RFP requires a backflow prevention device in the sewer discharge to prevent back-up into
the plumbing fixtures and floor drains. Is there an issue with the area’s sewer system that necessitates
this requirement?
A. No backwater valve is needed for the sewer line, only the domestic water service.
14. Q. The plans state that you want an Add Alternate for an asphalt parking lot. There is no line item
for this breakout. Do you want this included in our base bid or does it need to be broken out separately?
A. Yes, add the line for the additive asphalt parking. The item should not be in the base bid.
Shown as a separate cost.
Dated: AUGUST 11, 2012 – REV1
15. Q. Please advise the interior structural clear height requirements for the hanger bay.
2
A. The hangar bay shall have a minimum clear height of 14’-0”.
16. Q. In an effort to keep the cost of the projects in line with the government estimate can a septic tank
system be installed to handle the sewer requirements of the new facility?
A. A septic tank system is not acceptable.
17. Q. The site improvements section mentions that a fence is required if the facility is in a Level 1
security section. Can you confirm that a fence is required for this project? If a fence is required can you
specify what you want the fence to include?
A. The fencing shall be provided, as requested by the NGB. Use FE6 standard, with 24’ wide
manual rolling gate, as shown on the site plan.
18. Q. Will the project require a dumpster pad and enclosure for waste disposal?
A. A dumpster pad and enclosure are not required.
19. Q. The project bubble drawing shows restroom located inside the building. Will this facility need
more than one restroom, or is 1 unisex bathroom with multiple showers and toilets fixtures sufficient?
A. Separate facilities shall be provided for men and women.
20. Q. Will the government accept impact resistant drywall in the hanger bay in lieu of Pre-engineered
Liner Panel which is called for in the room description sheets?
A. Liner panel shall be provided to a height of 8’ AFF.
21. Q. Regarding Communications and Data Comm. Where do we “contractor” tie into? Or will we
simply need to provide data comm. inside the building and subsequently stubbed 5’ outside of the
building.
A. Refer to DC D7 section 3.01.B.3 Connection between Base outside plant communications
system and internal network is part of the data network. Coordinate with NEC for
communications outside plant connection locations.
22. Q. If we (Contractor) has to make a tie in, can the government provide any Data Comm
infrastructure drawings that relate to this site and the surrounding facilities
A. Mrs. Emily Frazier with Fort Stewart DPW is the point of contact for current utility locations.
(912) 767 2579.
23. Q. Does the government have any drawings or information regarding the existing site electrical
infrastructure.
3
A. Mrs. Emily Frazier with Fort Stewart DPW is the point of contact for current utility locations.
(912) 767 2579.
24. Q. What is the extent of the site lighting? It looks like it could be handled via building mounted
fixtures, but since the scope mentions roadways driveways, walkways and parking areas we are
uncertain as to what we need to design for.
A. Provide exterior lighting as required in DC D6 1.01.F.
25. Q. Can the government provide contact information for the Comm and DPW personal.
A. Mrs. Emily Frazier with Fort Stewart DPW is the point of contact for current utility locations.
(912) 767 2579.
26. Q. If we (Contractor) has to make a tie in, can the government provide any Data Comm
infrastructure drawings that relate to this site and the surrounding facilities
A. Mrs. Emily Frazier with Fort Stewart DPW is the point of contact for current utility locations.
(912) 767 2579.
27. Q. RFP section DC D2 Part 2. 2.01.a.1. states “A fire pump capable of supplying adequate pressure
and flow to the system (see Civil drawings for location)”.
2.01.B STATES “Owner-Furnished Items: Performance requirements that specify characteristics of
equipment items do not apply; requirements for
accommodating items to the project do apply. Is the installation of the Government provided fire pump
to be included in the scope of work for this contract?
A. A fire pump is not required.
28. Q. From 2.01.B. requirements to accommodate the fire pump into this project are to be included in
the scope of work for this project. Please advise if the electrical requirements, including fire pump
power supply (if electrically driven) are to be included within the scope of work for this project.
A. Electrical requirements for the fire pump are not required.
29. Q. RFP Section DC D6 Part 3. 3.01.A.2. states general receptacle system voltage as 120 volts / 3
phase. Should this read “120 volts / single phase”. Please advise.
A. Should read 120 volt single phase.
30. Q. RFP Section DC D6 Part 1. 1.04.A.1. of the RFP states the existing electrical elements for a
propane tank must be preserved. Please advise on location of existing propane tank together with
electrical requirements to be preserved.
A. See site plan and photo D. Maintain existing electrical connections.
4
31. Q. RFP Section DC D6 Part 3. 3.01.B.2. states to provide standby power capability for electrical
fire pumps. Duration as required by code. Section DC D2 Part 2. 2.03.C.1 states that a fire pump shall
be supplied by the Government under a separate contract. Please advise point of supply electrical
connection for fire pump together with electrical characteristics for the fire pump, associated equipment
and standby power requirements.
A. Emergency generator is not to be installed at this time. Provision for connection to generator
at future date is to be provided.
32. Q. RFP Section DC D6 Part 3. 3.01.B.3 states to provide standby power capability for sewage
grinder pump. Please advise on code reference for grinder pump duration of standby power.
A. Refer to NEC Article 702 and NFPA 110.
33. Q. RFP Section DC D6 Part 3. 3.02.F.1. states to provide convenience receptacles at intervals no
greater than 8 feet along the base of all wall areas. Section DC D6 Part 2. 2.03.A.1. states receptacles
duplex general purpose at a maximum 10' spacing. Please clarify requirements for spacing of
receptacles.
A. Use the more stringent requirement.
34. Q. RFP Section DC D6 Part 3. 3.02.B.6 states the requirements for parking lot lighting. Including
parking lots of high, medium and low activity, all having different requirements. Please confirm if the
parking lot for this facility is to designed for high, medium or low activity.
A. Use high activity area.
35. Q. RFP Section DC D6 Part 3. 3.02..E1. and E.2 refers to sound and noise for generator exhaust
and generator enclosures. Section DC D6 Part 3. 3.01.B.1 states that a standby generator is not required.
Please confirm requirement for standby generator.
A. Emergency generator is not to be installed at this time. Provision for connection to generator
at future date is to be provided.
36. Q. RFP Section DC D6 Part 3. 3.01.2.a. states provide 240 volt / 3 phase / 60 Hz receptacles as
indicated on the drawings. No drawings indicating locations of receptacles included within the RFP,
please provide. System voltage is to be 480 / 277 volt three phase 4 wire, please confirm requirement for
240 volt / 3 phase receptacles.
A. Provide receptacles for HVAC equipment, overhead doors, and special purpose outlets for
aircraft maintenance in hangar.
37. Q. RFP Section DC D6 Part 3. 3.02.G.1. states location of service transformer to be outside the
building as indicated on the drawings. No drawings indicating location of service transformer included
within the RFP. Please provide.
5
A. Refer to DC D6 section 1.01B. Contractor shall coordinate incoming electrical service tie-in
with DPW.
38. Q. RFP Section DC D6 Part 3. 3.06.A.2.a. of the RFP states provide surge protection of circuits as
indicated on the drawings. No drawings indicating circuits requirering surge protection included with the
RFP. Please provide.
A. Install surge protective devices per UFC 3-520-01 section 3-4.
39. Q. Please provide the following:
Identification of the type of aircraft that will populate the hangar.
Identification of the aircraft mix that will populate the hangar.
Identification of the aircraft maintenance functions that will be performed in the facility.
A. The hangar bay is sized to house four Shadow aircraft (coordinate exact model with User) with
an approximately 20’ wingspan and 5’ clearance. Minimal maintenance will be performed.
40. Q. Aircraft and Ground Support Equipment operate on different voltages and frequencies than
normally provided by the public utilities. Please advise of any specialty ground support equipment
electrical requirements.
A. No special voltages or operating frequencies are required for the aircraft.
41. Q. Will the aircraft to be stored / maintained within the facility be fueled or unfueled?
A. The aircraft will be stored with a minimal amount of gasoline (<5 gal. ea.).
42. Q. Will aircraft fuel be stored / transferred within the facility?
A. No aircraft fuel will be stored in the facility.
43. Q. Section DC D6. Part 1 of the RFP. 1.01.C.3. states “Panelboard Locations: Locate in main
electrical room”. From Attachment B of the RFP “Bubble Diagram and Room Data Sheets” the Bubble
Diagram does not indicate a main electrical room. Please advise on requirements for panelboard
locations.
A. If separate main electrical room is not provided, locate panelboards in mechanical room.
44. Q. Section DC D6. Part 3 of the RFP 3.03.E defines NFPA 70 hazardous locations within the
facility as follows:- Flammable gas storage. Flammable liquid storage. Vehicle repair. The above spaces
are not defined / identified within the RFP. Please clarify / identify NFPA 70 hazardous locations
including Class, Division and Group per National Electric Code Article 500..
6
A. The design intent of the hangar is for maintenance of UAVs. No Flammable gas or
flammable/combustible liquids storage is anticipated in hangar. Small fuel tanks located within
vehicles are anticipated.
45. Q. Does Subfactor 2: Technical Approach Narrative have a required format (i.e. subheadings that
cover particular systems)?
A. No required format, present information in a clear and logical format.
46. Q. No information is provided on design submittals and design review meetings. Please clarify
number of design submittals and number of design review meetings.
A. See section 01 3050, DESIGN PROCEDURES AND SUBSTANTIATION REQUIREMENTS.
47. Q. Section DC 0. Clarify design and construction of shell to provide relief from explosion hazards.
Is there a reference standard or specific criterion for this information?
A. There are no explosion hazards in this facility.
48. Q. Section DC 0. Part 3.06 (b.1). Provide confirmation that this structure, either whole or in part,
will be required to demonstrate at least 30% less energy consumption IAW ASHRAE 90.1.
A. Yes, must comply with requirements of UFC 3-400-01.
49. Section DC B2. Part 2.04 (F.1). Provide guidance or reference standard for design of impact
resistance for surfaces adjacent to traffic lanes. Are bollards sufficient to achieve this requirement?
Please advise.
A. Yes, bollards shall be provided.
50. Q. Room Criteria Sheets. TOILETS/SHOWERS. Handicapped accessible fixtures. Is the intent to
design a facility that meets ADA-ABA standards?
A. Yes, the facility shall be ADA/ABA compliant.
51. Q. Room Criteria Sheets. UAS PARKING/MAINTENANCE BAYS. Will overhead coiling doors
be motorized operation or manual operation?
A. Overhead doors shall be motorized.
52. Q. Room Criteria Sheets. UAS PARKING/MAINTENANCE BAYS. Specify height of interior
metal liner panel.
A. Liner panel shall be provided to a height of 8’ AFF.
7
53. Q. Are we to still figure that the utilities (plumbing & sprinklers) get stubbed out from the building
5’ and capped?
A. ONLY the fire suppression system is stubbed out and not connected. All other plumbing must
be connected and fuctional.
54. Q. Please confirm that Part 1 and Part 2 are to be in separate binders.
A. Separate binders are required.
55. Q. How many hard copies are needed of each part and do you require Part 2 on a CD?
A. Three hard copies (One original and two copies). Part 2 should be on a CD.
56. Q. Are we to submit with our proposal both the AF Form 3052, as well as, Exhibit D – Cost
Breakout?
A. Submit Exhibit D – Cost Breakout instead of AF Form 3052.
Dated: AUGUST 18, 2012 – REV2
57. Q. There appears to be an 8" sanitary sewer line approximately 500' southeast of this project that
falls into an existing lift station near TUAV building. Is there any reason this project can not tie into this
line?
A. Yes, if the contractor can demonstrate that the existing lift station has adequate capacity.
58. Q. The RFP shows connecting the water lines into a water pump shown to be NIC. Is this correct?
A. Domestic water is required to be connected. The exterior lines and pump for the fire
protection system are NIC.
59. Q. It appears the security fence only encloses the new building. Is this correct? Is it not to include
the surface lot also?
A. Yes, fencing shall only enclose the building.
60. Q. It is unclear if there is existing telecommunications nearby - is there a map showing existing
telecommunications routings?
A. Mrs. Emily Frazier with Fort Stewart DPW is the point of contact for current utility locations.
(912) 767 2579.
61. Q. From RFP Attachment B – room Data sheets. SIPRNET outlets are required in “Mission /
flight Planning” and “Library / Classroom / briefing”. Quantities of outlets from the RFP Section DC D7
8
Part 3.3.01.I. “Provide quantity of two RJ-45 jack outlet at the following locations: communications
room – two outlets, library - six outlets, mission planning - 4 outlets, production control - 3 outlet”.
A. Provide SIPRNET outlet in rooms specified consisting of 1 - two optical fiber cable and two
optical fiber data outlets per location. Route optical fiber cable to communications room and coil
for future connection to SIPRNET equipment. Remaining quantity of outlets in rooms is to be
standard RJ-45 phone/data outlet with 2 – Cat 6 cables routed to communications room.
62. Q. Attachment B – Bubble diagram and Room Data Sheets indicates requirement for SIPRNET
outlets in Mission / flight Planning and Library / Classroom / Briefing. Quantities of outlets is not
indicated. Please advise on quantity of SIPRNET outlets required for each space.
A. Provide SIPRNET outlet in rooms specified consisting of 1 - two optical fiber cable and two
optical fiber data outlets per location. Route optical fiber cable to communications room and coil
for future connection to SIPRNET equipment.
63. Q. The RFP does not include any reference standards, Engineering Technical Letter’s or Design
Guides to use for the design and installation for SIPRNET. Please advise reference standards,
Engineering Technical Letter’s or Design Guides to use for the design and installation for SIPRNET for
this facility.
A. Use UFC 3-580-01 and ISEC Technical Guide for Integration of SIPRNET.
64. Q. Section DC 0-10 paragraph 3.06.B.1 states to “Provide energy efficient design having at least
30% less energy consumption than that of an equivalent minimally compliant baseline building
demonstrated by comparing the actual design energy cost to the energy cost budget of a prototype
building both calculated in accordance with ASHRAE 90.1. Please clarify if this requirement applies.
This type of HVAC system will consist mostly of air-to-air heat pumps and will most likely not allow
for 30% energy efficiency over ASHRAE 90.1 2007 baseline.
A. Project shall comply with UFC 3-400-1. The energy savings is resultant of the entire building
design, not just the equipment selection.
65. Q. Section DC D3 Plumbing Criteria: There are no requirements for plumbing system in the UAS
Parking/Maintenance Bays, such as floor drains, hose bibb, compressed air, etc. Please review and
provide the plumbing requirements. The project data sheet for this space is left blank.
A. No floor drains or compressed air are required in the maintenance bay.
9
66. Q. Section DC D3 Plumbing Criteria: The response to the recent RFI stated that a grease oil
separator is required. Please provide size of desired oil water separator.
A. DOR to determine oil/water separator requirements for this facility.
67. Q. Attachment B Bubble Diagram and Room Data Sheet: The Communication Room has not been
provided with a room data sheet. Please provide and list requirements.
A. Communications room is shown on Bubble Diagram. Electrical requirements for room consist
of 1’x4’ industrial fluorescent pendant mounted fixtures with T5 lamps at 277 volt, occupancy
sensor control, fire alarm and mass notification notification appliances, phone outlet, and
communications equipment per UFC 3-580-01 and ISEC I3A.
68. Q. Attachment B Bubble Diagram and Room Data Sheet: The UAS Parking/Maintenance Bay is
listed to be conditioned by a Y. Furthermore, the special requirements also indicate ventilation of at least
1 CFM per square foot and heating. Please clarify what is required. Is ventilation and heating required or
is it further desired that the space be conditioned?
A. Maintenance bay is heated and ventilated only. DOR to determine rate of heat and ventilation
based on criteria given.
69. Q. Attachment B Bubble Diagram and Room Data Sheet: The room data sheets have not been
provided with the equipment such as computers, etc. Please provide.
A. Provide phone / data / power outlets for every 8’ of linear wall in the library/classroom,
mission/flight planning, platoon leader and QC/ production control rooms. Standard office
equipment will be provided by the Government, such as computers, faxes and copiers.
70. Q. Attachment B Bubble Diagram and Room Data Sheet: The Break/Assembly Room room data
sheet has not been provided with plumbing fixture requirements. Please provide.
A. Provide stainless steel sink and dishwasher, with plastic laminate cabinets in breakroom.
71. Q. Attachment B Bubble Diagram and Room Data Sheet: Toilets Shower Room data sheet under
mechanical special requirement is listed to be ventilated at 1 CFM per square foot or 7 CFM per fixture.
Please review and clarify.
A. Supply 1 cfm/sf or 70 cfm/fixture, whichever is greater.
10
72. Q. Section DC D2 Fire Suppression Criteria: The RFP references NFPA 13 2002 edition. Is this
correct?
A. Yes, this is the current code adopted by the state of Georgia.
73. Q. Section DC D2 Fire Suppression Criteria: NFPA 20 2003 edition is referenced. Is this correct?
A. Yes, this is the current code adopted by the state of Georgia.
74. Q. Section DC D2 Fire Suppression Criteria: NFPA 24 2002 edition is referenced. Is this correct?
A. Yes, this is the current code adopted by the state of Georgia.
75. Q. In general, code references appear to be referencing outdated codes. Please review and clarify.
A. Codes are those currently adopted by the state of Georgia.
76. Q. Section DC B-1 paragraph 3.03.C references explosion hazard. Please provide information in
reference to explosion hazards within the hangar bay.
A. There are no explosion hazards in this facility.
77. Q. Section DC D2 paragraph 1.03.E references the IBC International Building Code 2009 with
Georgia state amendments. Please provide the Georgia state amendments.
A. Amendments can be found on the Georgia Department of Community Affairs website.
78. Q. UFC 3-600-01 Section 6 -16 designates that for UAV hangars, that the application of NFPA 409
is at the discretion of the Authority Having Jurisdiction. Will NFPA 409 in its entirety apply to this
project?
A. Contractor shall use ETL 1110-3-485, DG 415-3, UFC 3-600-01, and AF ETL 02-15, in that
order of precedence. Contractor shall use NFPA 409 only as referenced by other technical
documents. Contractor shall note that a variance has been provided for the fire sprinkler system
design within the hangar which is outlined in the RFP. This fire sprinkler system design criteria
shall take precedence over technical documents.
79. Q. If NFPA 409 does apply, it requires that when hangars are used for hazardous operations such as
torch cutting, fuel transferring, painting, etc. that a foam system be provided for the hangar area.
Additionally, the floors for the servicing and storage of UAVs is required to be sloped and drained to
11
prevent the spread of flammable, combustible or otherwise hazardous liquids. Does this apply to this
project?
A. NFPA is not used as a basis of design.
80. Q. Schematic drawings of the building note that the hangar will serve to both store and perform
maintenance on the UAVs. What type of maintenance will be performed on the vehicles? What
quantities or hazardous materials will be present?
A. Minor maintenance will be performed, and no hazardous materials will be stored in this
facility.
81. Q. Is there a Ft. Stewart base standard program for a hanger/office complex that is applicable for
this project?
A. There is no base standard that we are aware of.
82. Q. Is there an interior finish board / finish sample notebook or color board submittal requirement
for this project?
A. Two (2) color boards shall be provided for User review.
83. Q. A color board for our proposal has been requested in the Task Order Proposal Form, are there
any specific submittal requirements regarding format and size.
A. Color boards shall depict materials, colors and textures to be used in the facility.
Dated: AUGUST 18, 2012 – REV2
84. Q. Is a lightning protection system required for this project.
A. This must be calculated by the DOR based on NFPA780 design guidelines.
85. Q. One of the answers to the questions submitted indicated that a grease trap was required. Can the
government provide guidance on what size greese trap is required. The current Hanger Project that is
being built in the adjacent lot does not have a grease trap.
A. DOR to determine grease trap requirements for this facility.
12
86. Q. Can the government provide guidance on the occupancy number for this building.
A. The facility is expected to house approximately twenty-three personnel.
87. Q. The rollup doors are stated to be 16x10. I am assuming this is 16’ wide x 10’ high. Can the
government confirm. Also, the adjacent project that is being bid (TUVA Hanger) shows the hanger
doors as being 24’x10’. Will a 16’ wide roll up door work for this project? Or do we need to increase
the door size? If the door size needs to be increased this will increase the width of the building.
A. Yes, overhead doors shall be 16’ wide x 10’ high.
88. Q. The existing building that is currently on site and a “lot” away has a pump station. Can this
project hook its sewer line onto that pump station?
A. Yes, If determined cost effective and feasible.
89. Q. Can the government provide any Geo-Technical Info regarding the site, or surrounding sites?
A. No soils information is available at this time.
90. Q. The government has included in the RFP information regarding Storm Water Management
Criteria. Given that the site is fairly flat there are not many options to handle the storm water runoff for
the site. That said, can the government provide any information regarding the site soils or surrounding
soils percolation characteristics.
A. No soils information is available at this time.
91. Q. Also it was brought to my attention just now that the RFP states that the performance period is
270 calendar days and the Technical write up "5.2 Sub Factor 3: Design & Construction Schedule"
states that we only have 90 days.
A. Preliminary Design and Construction Schedule: Allowable period of performance for this
proposed contract is 270 days. The Government will evaluate the proposed contract performance
schedule to assess the strength of understanding of the project scope, restrictions which must be
considered in the schedule, the strength of understanding of events associated with coordinating
design submittals and incorporating review comments, the offeror’s capability to schedule the
complete project within the proposed contract duration and the realism of the schedule. Give
consideration to the phasing and scheduling of critical activities in achieving completion of the
project within the overall specified period, with minimum disruption to the surrounding facilities.
The preliminary schedule will be replaced after contract award with a final detailed schedule.
13
The preliminary schedule will be task oriented, indicating milestone dates and phasing in calendar
days after initial notice t o proceed. Evaluate the realism/reasonableness of the proposed contract
duration.
The final detailed schedule is due 90 days after Notice to Proceed.
92. Q. Is natural gas available at the site?
A. Yes.
93. Q. Are the operations that will take place in the Maintenance Bays such that we would have to have
explosion proof devices? Special ventilation?
A. No.
94. Q. The scope makes reference to PTAC units. We believe the only way to achieve humidity
control as specified in the scope is to not use PTAC units, but use two speed split system heat pumps.
Our concern is that other people may base their design on PTAC units and make our bid uncompetitive.
How do we deal with this problem.
A. All questions received are shown on this document and all responses are available for
interested contractor. It is your decision on how to price and submit your proposal.
95. The energy code requires that interior and exterior HVAC zones be zoned separately. The two
small rooms that are now completely interior are too small for a split system heat pump. With this in
mind, can the floor plan be altered to have all of spaces that will be occupied on the exterior walls? If
this can be done we can design two split system heat pumps; one for the classroom and one for the
remainder of the conditioned space.
A. Yes, the plan may be altered, as long as the adjacencies (e.g., platoon leader to maintenance
bay, etc.) and areas shown on the bubble diagram are maintained per the RFP.
96. Q. What type of fuel do the unmanned aircraft use? The fuel type and function of the maintenance
bay could require all receptacles and devices to be explosion proof which would increase the cost
dramatically.
A. There are no explosion hazards in this facility.
97. Q. Are there any type of battery chargers required for the unmanned aircraft? If so, what are the
power requirements for the appropriate charging units?
A. Battery chargers are NIC. Coordinate power requirements with User.
98. Q. What is the contractor responsible for in regards to the security system? Is the intent to design
infrastructure only and the equipment and all final connections to be made by others?
14
A. Contractor is responsible for complete access control system (refer DC D8 section 3.01.B),
intrusion detection system (refer DC D8 section 3.01.C), and remote surveillance system (refer DC
D8 section 3.01.D).
99. Q. How many originals and how many copies are to be submitted for Part 1?
A. See Question #91.
100. Q. How many originals and how many copies are to be submitted for Part 2?
A. See Question #91.
101. Q. Is AF Form 3052 to be submitted along with the Cost Breakdown provided as Exhibit D?
A. Submit only the Exhibit D (Cost breakdown).
102. Q. Which personnel are considered “key management, design and construction personnel”?
A. Same or Similar information that you sent for the original MATOC award. Project Manager,
Architecture, Engineers (Civil, Mechancial, Electrical, Fire and etc.).
103. Q. Which construction personnel are considered “key management personnel”?
A. Same or Similar information that you sent for the original MATOC award. Project Manager,
Project Supertendant, Quality Control and etc.
104. Q. What is acceptable demonstration that design and construction personnel “have experience and
technical competence in assigned roles on projects of similar complexity, size and scope”? Resumes?
Narratives? SF 330?
A. Resumes, Narratives, SF 330 and etc. that demonstrate the experience and technical
competence.
105. Q. It was brought to my attention just now that the RFP states that the performance period is 270
calendar days and the Technical write up "5.2 Sub Factor 3: Design & Construction Schedule" states
that we only have 90 days from NTP. This will greatly impact our cost. Can you please clarify this if no
other contractor has asked the question? Sorry about the late question.
A. See question 91.
106. Q. Has there been a Geo Report done for this? If so, can you please provide? If not, are we to
include the cost for this in our price proposal?
A. See Question 89. If there is a cost to then include it.
107. Q. Are light gage roof purlins an acceptable means of secondary roof framing or are bar joists
required as indicated in Section 2.02?
15
A.
108. Q. Are the hangar doors to be 16’ wide and 10’ tall or is it the opposite.
A. See Question 87.
109. Q. The site plan says to install a Storm Water Management Area. I believe at the site visit, you
stated that we just need to make sure that the building run-off goes that direction and that we do not need
to install a detention basin. Is this correct?
A. Stormwater detention must meet criteria listed in Attachment E, Stormwater Management
Criteria.
110. Q. Can you provide us with the location of where we need to tie in the Sewer and a tie in point for
the water?
A. See Question 88.
111. Q. Just want to check, I had a sub call and tell me that the bid date for the above project is on the
7th. The project is bidding on the 28th according to my bid documents. Please advise.
A. Due to the holiday, the proposal due date is now September 5, 2012 4PM Local Time. No more
extension this project shall be awardeded by September 28, 2012.
112. Q. Section 01 3050 DESIGN PROCEDURES AND SUBSTANTIATION REQUIREMENTS is missing
from bid documents. Please provide.
A. Section 01 3050 has been provided. See Amendment 0001
113. Q. Are the issued Questions and Answers to be acknowledged as Amendments on the MATOC Design
Build Price Proposal Form?
A. Q&A do not have to be acknowledged as an amendments; however, they will be incorporated into the
contract award.
114. Q. When can the answers to the questions unanswered as of Aug. 23, 2012 be expected?
16
A. Answers will provided when this office received a response back from the Architect & Engineer.
115. Q. Will the Sept 4th proposal due date be extended?
A. Due to the holiday, the proposal due date is now September 5, 2012 4PM Local Time. No more
extension this project shall be awardeded by September 28, 2012.
116. Q. ETL 2-15 A1.1.1.2.1.0 states “ All operations outside the aircraft servicing area must be
isolated from the aircraft servicing area by a masonry wall having a fire resistance rating of at least one
hour.” Can this separation be provided by a rated wall system using gypsum board construction?
A. Yes, a rated 5/8” impact resistant gypsum wallboard / metal stud assembly is acceptable.
117. Q. UFC 3-600 requires “Hydrants protecting aircraft hangars must be located at 91 m (300 ft)
maximum intervals, and there must be at least one hydrant at each corner of the hangar”. Due to the size
of this facility is it acceptable to provide hydrants so all portions of the building outside walls are
within 300 feet of a hydrant. Fire main to be provided to 5’ of building by others. This would also
include any perimeter fire hydrants.
A. Hydrants shall be provided at all four corners of the hangar in accordance with technical
documents unless a variance is granted by the AHJ. AHJ for this project if Ft. Stewart Fire Chief
Crowell. Contractor shall assume all fire hydrants required by UFC will be installed at this time.
118. Q. SECTION DC D2 requires a black flow preventer to be provided. However, the supply for this
building will be provided from a dedicated fire line. Is a backflow preventer required?
A. Yes.
119. Q. Please email specification section 01 3050 as it is not in the specification documents.
A. SEE Question # 112.
120. Q. Due the Monday, September 3, being a holiday there is a chance that the FEDEX or UPS will
be delayed for delivery by NOON on Tuesday, September 4, 2012. Can you extend the bid time until
2:00PM?
A. SEE Question # 115.
121. Q. Please confirm the correct RFP number.
A. W912JM-12-R-0018.
122. Q. If the number stated in the Statement of Compliance is incorrect, please advise if offerors may
strike through it and replace with the correct number
A. Strike throught it and/or replace with the correct number W912JM-12-R-0018.
17
NOTES:
1. Due date is extended to September 5, 2012 4:00PM Local Time.
2. The cost for ground mounted transformer to power the building is $31,805.00 and the contractor is to
pay Canooche directly.
3. It is a strong possibility that some of the questions may not get answered within a timely manner and
based on that it is highly recommended that you use your best professional judgement.
18
Download