GTMO Modular Building Units Solicitation Number: PAN41019P0000001798 Agency: Department of the Army Office: Army Contracting Command, CSBs Location: 410th CSB (W912CL) RCC AMERICA Notice Type: Sources Sought Posted Date: February 6, 2019 Response Date: Feb 21, 2019 5:00 pm Eastern Archiving Policy: Manual Archive Archive Date: - Original Set Aside: N/A Set Aside: N/A Classification Code: 99 -- Miscellaneous NAICS Code: 332 -- Fabricated Metal Product Manufacturing/332311 -- Prefabricated Metal Building and Component Manufacturing Synopsis: Added: Feb 06, 2019 2:17 pm The 410th Contracting Support Brigade (CSB), Regional Contracting Office - Guantanamo (RCO-GTMO) is posting a sources sought to identify potential contractors with the ability to support the attached product description, which is in support of Joint Task Force - Guantanamo (JTF-GTMO) at United States Naval Base Guantanamo, Cuba. The Government encourages contractors to provide any questions, comments, and/or suggestions in writing via electronic mail to stephen.s.settembre.mil@mail.mil and ralph.m.bowie.mil@mail.mil no later than close of business, Monday, 21 February 2019. Sources Sought Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: February 6, 2019 Product_Description-Modular_Building_Units.pdf (663.21 Kb) Description: Product Description-Modular Building Units Contracting Office Address: 4130 STANLEY ROAD STE 320 FORT SAM HOUSTON , Texas 78234-6102 United States Place of Performance: United States Naval Base Guantanamo, Cuba Cuba Product Description 1. General: The Contractor shall furnish all design, labor, transportation, equipment, materials, and any other items or services necessary to manufacture four (4) complete, functional, and usable relocatable Modular Building Units (MBU) based on the specifications provided herein. 1.1: Description: Each of three (3) MBUs shall be configured to approximately fit 8 ft. x 20 ft. footprints. Their interior floor space shall be adequate to allow for single occupancy and all required accessories necessary for a standard detention cell. The remaining one (1) MBU shall be configured to approximately fit an 8 ft. x 40 ft. footprint. The interior floor space shall be adequate to allow for admin occupancy and all required accessories necessary for detention/guard operations. All four (4) units shall be at least 8 ft. tall. 1.2: Supervision: The Government shall install (place MBUs on foundations and connect utilities) on-site at Naval Station Guantanamo Bay (NSGB), Cuba. The Contractor shall provide personnel capable of supervising the Government’s work, with the purpose to ensure that the building’s function on-site as intended by manufacturer and, so that the warranty will not be voided. 1.3: Applicable Codes & Standards: The design and construction shall be in accordance with established construction practices, and the latest revision/edition of the following referenced codes and standards, where applicable. Unified Facilities Criteria (UFC) 1-300-09N, Design Procedures, provides design guidance and contains references to other UFC’s and codes that are to be used for this contract. UFC 1-20001, General Building Requirements, is the building code guide and contains references to other UFC’s and codes that are to be used in this contract. In the case of conflicting requirements, the more stringent shall apply. 1.3.1: International Building Code (IBC) 1.3.1.1: Florida Building Code (FBC) 2017 (6th Edition) 140 MPH wind speed design. 1.3.2: Occupational Safety and Health Act of 1970 (OSHA). 1.3.3: American Society of Testing and Materials (ASTM) 1.3.4: American Society of Mechanical Engineers (ASME). 1.3.5: American National Standards Institute (ANSI) 1.3.6: National Electrical Manufacturers Association Standards (NEMA) 1.3.7: Electronic Industries Association (EIA) 1.3.8: American Welding Society (AWS) 1.3.9: National Fire Protection Association (NFPA) 1.3.9.1: NFPA-70 National Electrical Code 1.3.9.2: NFPA-79 Electrical Standard for Industrial Machinery 1.3.10: IEEEC2, National Electric Safety Code 1.3.11: National Electric Code 2011 (NEC) - Underwriters Laboratories (UL) 2. Validation: The Contractor must ensure the Project’s design is in compliance with all criteria, specifications and environmental factors referenced in this Product Description including construction codes, regulations, standards and guidance applicable to this Project and at the Project location. 3. Grounding: The Contractor shall provide grounding protection design according to all applicable codes. 4. Design Submittal: The design of the proposed building must be submitted with the quote; the design must include termination points for the utilities to be connected by the Government. The Contractor shall submit the design of the Project according to paragraph 2. See Attachment 5, Site Layout Plan, for facility configuration. 4.1 Design Specifications: The facilities shall be of two distinct types: Cell Units and a Guard Facility. All four (4) of which are modular, pre-manufactured, temporary facility with a five (5) years expected life-span that can be transported, installed above ground and connected to existing on-site utilities. Provide necessary tie-down to resist destructive weather events. 4.1.1 Cell Units: The following spaces shall be provided: 4.1.1.1 Structure: Three (3) detention cells with a minimum footprint of 8 ft. x 20 ft. each, and 8 ft. tall ceiling height. 4.1.1.2 Walls: i. All exterior walls shall have a Sound Transmission Class (STC) rating of 45 or better. ii. Walls shall have an R-value aligned with the 10-20-40-60 rule. These numbers refer to the R-value recommended for foundation slabs, foundation walls, aboveground walls, and attics (or roofs) respectively. iii. Entire wall assembly shall be finished and painted from true floor to true ceiling. iv. Interior wall finish shall be painted 5/8 in. gypsum board. 4.1.1.3 Doors: i. Cell structure shall include one primary entrance door. ii. Door and frames shall be built to the same STC rating as walls (STC-45). iii. Doors shall be 3 ft. wide, solid core (exterior grade). iv. Doors shall be insulated and weather sealed resistant to tropical climate (heavy precipitation, heat, and wind). v. Doors shall be equipped with tension hinges recommended installed on the exterior side. If hinges are installed on interior, hinge pins must be modified to prevent removal. vi. Doors shall be equipped with temporary lock hardware to allow for secure shipment to be disposed of after delivery. vii. Each doors shall include one 8 in. by 8 in. impact resistant vison panel. Vision panel shall allow one-way sight path from the exterior. viii. Contractor shall provide ADA compliant ramp and stair access, using corrosive resistant material suitable for tropical coastal environments, for entrance and egress. 4.1.1.4 Floors: i. Floors shall match the STC rating of walls specified in paragraph 4.1.1.2.i ii. Floor finish shall be vinyl tile, continuous or similar low maintenance flooring. 4.1.1.5 Ceiling i. Ceiling shall be solid and continuous. DO NOT use acoustical tile grid. ii. Ceiling STC rating shall match that of walls specified in paragraph 4.1.1.2.i 4.1.1.6 Exterior Finishes i. Contractor shall provide corrosive resistant exterior finish suitable for structures in costal environments. ii. Exterior finish shall be selected as to minimize maintenance and allow for expeditious installation. 4.1.1.7 Utilities i. Minimize utility penetrations of the exterior shell to the greatest extent possible. Shorten or eliminate the need for conduit run at the interior. Use conduits at the exterior instead. ii. No utility shall run along the secure side (interior) of the structure. iii. Electrical a. Each of these cell structures shall be powered by 3 phase/4 wire service of 208/120 volts rated at 100 amps. The contractor is responsible for providing all electrical infrastructure on the load side of the structure. b. Each Structure shall be equipped with one 3 phase, 100 amp, nonfused, service disconnect switch on the exterior utility wall. The disconnect switch must be outdoor rated (minimum NEMA 3RX) and have a service entrance hub on top. c. Each structure shall be equipped with an appropriately sized 3 phase outdoor rated load center installed on the exterior utility wall near the service disconnect. Load center must be outdoor rated and have a 100 amp main circuit breaker. Load center and disconnect switch shall be connected using appropriate sized wire and conduit. d. All toggle switches in the load center shall be commercial grade and rated for 20 amperes. e. Light switches, receptacles and fixtures shall be surface mounted and located in accordance with applicable building codes. f. Wall plates for switches and receptacles shall be stainless steel. g. Use detention grade, sealed lens lighting fixtures that are vandal resistant and that cannot be opened by hand. h. Fixtures shall be detention grade low profile type equipped with 32 Watt T-8 bulbs. i. Install and wire one dedicated circuit (120 volt) for exterior lights. This light circuit must be switched by a standard 20 amp commercial grade light switch. Circuit must be capped off inside a single gang weatherproof box that has four unused ½ in. inlets. Box must be mounted on the top corner of the building as depicted in drawing. Box must have a blank weatherproof cover. Government shall wire exterior lighting fixtures via the ½ in. inlets when building is on site. j. Install a single plug receptacle on a dedicated 20 amp circuit for HVAC unit. Single plug receptacle shall be surface mounted onto walls. Refer to ATTACHMENT 2. k. Install a junction box for closed circuit television (CCTV) system at the top corner of the exterior utility wall. Route Cat V cable from the junction box to the four interior locations designated as “pigtails” in the attached drawing. Leave 12 in. length “pigtails”. All pigtails must protrude at the corner of the wall and ceiling except the intercom pigtail. The intercom pigtail shall be located approximately 5 ft. from the floor, just above the light switches. l. Conduit shall be rigid and surface mounted on the interior. iv. HVAC a. Contractor shall install a detention grade, low maintenance, screened (against insects), and appropriately sized exhaust fan for removing moisture from the shower area. b. Cell structure shall be equipped with an AIR ROVER ULV21, 24K BTU, 208/230, 3PH, 60HZ, R134A (Equal or better). The unit shall be centered on the exterior wall and placed in a manner to allow for easy maintenance or replacement. v. Plumbing a. The cell structure shall be delivered ready to be connected to all site utilities. Existing wastewater line is 4 in. schedule 40 PVC. Existing water supply line is ¾ in. schedule 40 PVC. Proper elevation and slope (1/4-1/8 per ft.) is already accounted for by the Government. Contractor shall provide all necessary stub-out utility connections. b. Cell structure shall be equipped with a detention grade shower and detention style sink toilet combo at the locations shown in ATTACHMENT 1. All valves and accessories necessary for the function of the shower and sink/toilet combo shall be mounted on the exterior utility wall. Custom designed mounting hardware and additional reinforcements for plumbing fixtures may be required. c. The contractor shall ensure that all water supply and waste water connection points are sized appropriately to match specifications in paragraph 4.1.1.7.v.a. d. Install an appropriately sized Water heater on the exterior utility wall. 4.1.1.8 Accessories i. All exposed, interior screws/bolts shall be tamper proof type to include, but not limited to, receptacle/switch plate screws, screws for paneling, desk, shelves, bed frame, etc... No colors will be specified of any line item though all colors shall be conservative. All plumbing valves, electrical panel, junction boxes, disconnect, plumbing stub outs, exhaust fan, and water heater must be mounted on the exterior “utility wall” as depicted in the drawing. Construct an exterior “shield” to protect all exterior mounted components during delivery to JTF GTMO via barge. ii. All interior components of the MBU shall be detention grade including materials, equipment, fixtures and components. Contractor shall submit final drawings and material submittals for final review. 4.1.2 Guard Facility: The following non-detainee spaces shall be provided: 4.1.2.1 Structure: One (1) detention/guard operations unit with a minimum footprint of 8 ft. x 40 ft. each, and 8 ft. tall ceiling height. 4.1.2.2 Walls: i. All exterior walls shall have an STC rating of 45 or better. ii. Walls shall have an R-value aligned with the 10-20-40-60 rule. These numbers refer to the R-value recommended for foundation slabs, foundation walls, aboveground walls, and attics (or roofs) respectively iii. Entire wall assembly shall be finished and painted from true floor to true ceiling. iv. Interior wall finish shall be painted 5/8 in. gypsum board. 4.1.2.3 Doors: i. Guard structure shall include two primary entrance doors. ii. Door and frames shall be built to the same STC rating as walls (STC-45). iii. Doors shall be 3 ft. wide, solid core (exterior grade). iv. Doors shall be equipped with tamper proof tension hinges for automatic closure. v. Doors shall be equipped with temporary lock hardware to allow for secure shipment to be disposed of after delivery. Each doors shall include 1 small impact resistant vison panel. vi. Contractor shall provide adequate stair access, using corrosive resistant material suitable for coastal environments, with an appropriate sized landing platform. 4.1.2.4 Floors: i. Floors shall match the STC rating of walls specified in paragraph 4.1.2.2.i ii. Floor finish shall be vinyl tile, continuous or similar low maintenance flooring. 4.1.2.5 Ceiling i. Ceiling shall be solid and continuous. DO NOT use acoustical tile grid. ii. Ceiling STC rating shall match that of walls specified in paragraph 4.1.2.2.i 4.1.2.6 Exterior Finishes i. Contractor shall provide corrosive resistant exterior finish suitable for structures in costal environments. ii. Exterior finish shall be selected as to minimize maintenance and allow for expeditious installation. 4.1.2.7 Utilities i. Each utility shall have one single point of penetration into the structure. iii. Electrical a. The guard structure shall be powered by 3 phase/4 wire service of 208/120 volts rated at 100 amps. The contractor is responsible for providing all electrical infrastructure on the load side of the structure. b. Each Structure shall be equipped with one 3 phase, 100 amp, nonfused, service disconnect switch on the exterior utility wall. The disconnect switch must be outdoor rated (minimum NEMA 3RX) and have a service entrance hub on top. c. Each structure shall be equipped with an appropriately sized 3 phase outdoor rated load center installed on the exterior utility wall near the service disconnect. Load center must be outdoor rated and have a 100 ampere main circuit breaker. Load center and disconnect switch shall be connected using appropriate sized wire and conduit. d. All toggle switches in the load center shall be commercial grade and rated for 20 amps. e. Light switches, receptacles and fixtures shall be surface mounted and located according to ATTACHMENT 4. f. Wall plates for switches and receptacles shall be stainless steel. g. Install and wire one dedicated circuit (120 volt) for exterior lights. This light circuit must be switched by a standard 20 amp commercial grade light switch. Circuit must be capped off inside a single gang weatherproof box that has four unused ½ in. inlets. Box must have a blank weatherproof cover. Government shall wire exterior lighting fixtures via the ½ in. inlets when structure is on site. h. Install a single plug receptacle on a dedicated 20 amp circuit for HVAC unit. Single plug receptacle shall be surface mounted onto walls. i. Install a junction box for closed circuit television (CCTV) system at the top corner of the exterior utility wall. Route Cat V cable from the junction box to the four interior locations designated as “pigtails” in the attached drawing. Leave 12 in. length “pigtails”. All pigtails must protrude at the corner of the wall and ceiling except the intercom pigtail. The intercom pigtail shall be located approximately 5 ft. from the floor, just above the light switches. iv. HVAC a. Install an AIR ROVER ULV21, 24K BTU, 208/230, 3PH, 60HZ, R134A (EQUAL or better) the unit must have its own dedicated single plug receptacle. The unit shall be centered on the wall and at a reasonable distance from the floor. Mount the unit in such a way that it can be easily replaced by another unit or serviced when necessary. v. Plumbing a. The guard structure shall be furnished ready to interface with on-site supply and wastewater systems. Existing wastewater line is 4 in. schedule 40 PVC. Existing water supply line is ¾ in. schedule 40 PVC. Proper elevation and slope (1/4-1/8 per ft.) is already accounted for by the Government. Contractor shall provide all necessary stub-out utility connections. b. Guard structure shall be equipped with commercial style sinks and toilet at the locations shown in ATTACHMENT 3. c. The contractor shall ensure that all water supply and waste water connection points are sized appropriately to match specifications in paragraph 4.1.2.7.v.a. d. Install an appropriately sized Water heater on the exterior utility wall. 4.1.2.8 Accessories i. No colors will be specified of any line item though all colors shall be conservative. All plumbing valves, electrical panel, junction boxes, disconnect, plumbing stub outs, and water heater will be mounted on the exterior “utility wall” as depicted in the drawing. Construct an exterior “shield” to protect all exterior mounted components during delivery to JTF GTMO via barge. ii. Contractor shall submit final drawings and material submittals for final review and approval by JTF ENG and Contracting Officer prior to manufacturing. 4.1.3 Criteria: All components of the Modular Building must meet the following criteria: 4.1.3.1 Utilities Provided by the Government: Electric, Waste and Electric service will be extended by the Government approximately 50 ft. away from an existing location on-site to the MBU Project following installation. 4.1.3.2 Other Work by the Government: The Government may perform demolition and other construction work adjacent to the Project Site concurrent with the installation of these Modular Buildings. This includes a new sidewalk placement, all site installation access, etc. The intent is to minimize or avoid interference with future demolition work and to facilitate the expeditious execution of this Project. 4.1.3.3 Quality Control (QC): The Contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this project and applicable regulations. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor’s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Contractor shall deliver Quality Control Plan or Statement (QCP/S) to Contracting Officer (KO) for approval within 30 days of contract award. The Contractor shall have five (5) working days to submit any changes for KO acceptance. 4.1.3.3.1 Prior to submission of the QC Plan, the QC Manager may request a meeting with the KO to discuss the QC Plan requirements of this Contract. The purpose of this meeting is to develop a mutual understanding of the QC Plan requirements prior to plan development and submission and to agree on the Contractor's list of Definable Features of Work (DFOWs). At minimum the QC Plan shall include: (1) Comprehensive list of systems, components or features to be inspected and tested. (2) Description of performance verification testing activities for each system or component. (3) Procedures and schedules for functional performance tests of all systems requiring functional testing. 4.1.3.4 Quality Assurance (QA): The Government shall evaluate the Contractor’s performance under this project and applicable specifications to ensure MBUs are to standard. 4.1.3.4.1 Prior to manufacturing, the Contractor shall submit a final design submittal. The submittal shall include detailed design drawings and material specifications for each of the modular buildings. Within five (5) days of submission, the Government shall provide comments on the designs and materials. The Contractor shall then have ten (10) working days to provide adequate responses to the Government’s comments. The KO shall give final acceptance and the notice to proceed with manufacturing. 4.1.3.4.2 During manufacturing, the Contractor shall document and communicate to the KO about any modifications to the final design and/or materials used. All changes shall be handled on a case-by case basis, but if the modifications conflict significantly with the specifications of this project the KO shall notify the Contractor when to stop and resume work. Once manufacturing is complete the Contractor shall furnish the Government with the as-built drawings for each of the buildings. 4.1.3.4.3 Prior to transporting MBUs to the Government’s shipping gateway, the Contractor shall submit the necessary documentation and performance test results. At minimum tests shall include: STC verification, electrical, HVAC, and plumbing. 5. Structural Interface and Coordination: The Contractor shall coordinate with the Government for all on-site structural installation/interface and all other associated activities necessary to place and connect the MBUs upon a structural foundation system provided by the Government, in order to achieve a complete and usable facility. The Contractor shall be responsible for any errors, omissions and damages that are due to own fault, which occur during the installation of the MBU upon the Government provided structural system. Such damages may include but are not limited to the Contractor’s lack of supervision, providing inadequate foundation requirements, or insufficient coordination from the part of the Contractor. 6. Transportation: Transportation of the MBUs, of all components, equipment and tools shall be provided for by the Contractor by using own assets and by using Government assets, as follows: Contractor is responsible for the transportation of the MBU from any CONUS location to the Government port at Blount Island Jacksonville Portus (JAX). Contractor shall coordinate with the Government to provide qualified personnel on the ground in JAX to observe loading of MBU by the Government. Government is responsible for transportation from JAX to the final location at GTMO. Contractor shall coordinate with the Government to provide qualified personnel on the ground at GTMO to observe and advise loading and unloading of MBU by the Government. Throughout the Transportation phase, the Contractor shall remain responsible for all coordination necessary to perform the shipping of the MBU, of all components, equipment and tools while using USG provided means, facilities and other assets. The Contractor shall NOT be responsible for the delays that may occur during shipping while using the Government’s assets. The Contractor shall allot a five (5) week period of time for transportation from the Government facility at Blount Island to GTMO. Transportation from the Contractor’s manufacturing plant to Blount Island shall be accounted for outside of the five (5) week period of time allotted for transportation by Government’s assets. 6.1 Shipping Instructions: The Transportation/Shipping of all construction materials to NSGB is regulated and must pass through the gateway in Jacksonville, Florida (JAX) located at the address below. The Driver responsible for the transportation on behalf of the Contractor must hold valid permit to access JAX Portus facilities. Government is not responsible for delays due to the driver's failure to provide required security documentation. Contact POC at JAX listed in the document for additional information and other requirements to access Government facilities at JAX. JTF GTMO J4 warehouse, Jaxport Portus 8998 Blount Island Blvd. Jacksonville, FL The POC for all shipping actions to GTMO is: Magiera, Dawn M CPT USARMY SOUTHCOM JTF GTMO J4 (US)(Contact J4 and verify POC) Email: dawn.m.magiera.mil@mail.mil, Phone: (757) 458-3559 Note: DO NOT mark down the Blount Island address as the final destination on your shipping bill. The final destination address shall be: JTF-GTMO APO, AE 09522 7. Utilities Installation: The Government shall provide all labor and materials to connect the MBUs to the utility lines present on-site and shall perform all associated excavations and site preparations that are necessary. The Contractor shall provide the Government all information as to what is required for the Government to connect the utilities to include: types of tools, connections required, excavations, etc. Contractor design drawings shall indicate all utilities tie-in locations and shall closely coordinate with the Government in order to minimize utility work at the project site. 8. Site Preparation: The Government shall prepare the installation site. The work shall include but not be limited to leveling, filling, compaction, and surface restoration. The Contractor shall provide the Government with the design information and other data that is required by the Government in order to execute a foundation system and connection interface that is fully compatible with the Contractor’s building design. Contractor shall be responsible for providing all foundation design criteria and requirements to the Government for the execution by the Government. Contractor shall ensure that all structural and utility interface is properly accounted for in order for this project to perform as intended. 9. Final Clean up and Finishes: The Government shall be responsible for construction cleaning and debris disposal. 10. Travel to GTMO: All Contractor travel inclusive of travel to and from Project location and of all associated expenses, meals, lodging, etc., shall be included in the scope of this contract without additional expenses to the Government. Contractor personnel shall travel to GTMO as many times as may be necessary to complete this Project. The contractor must purchase transportation to Naval Station Guantanamo Bay (GTMO), Cuba. Air Mobility Command (AMC) provides regular flights from Norfolk, Virginia, and Jacksonville, Florida to GTMO. Visiting contractors must apply and be approved for GTMO Entry Clearance. 10.1 Travel Requirements: Contractor must provide the Government with proof of lodging reservation being made either with NGIS or with the Navy Lodge prior to submitting request for access to GTMO. Access to GTMO does not give the traveler permission to access to JTF. Access to JTF must be processed separately from access to the Naval Installation GTMO. The Government shall provide the Contractor traveling personnel with necessary information and assistance through the Technical Point of Contact (TPC) assigned to this project. 10.1.1 Medical Travel Requirements: All contractor and sub-contractor personnel traveling into the GTMO AOR must be fit and they must be clear of any known existing medical conditions that may prevent them from performing duties required under this contract. The Government shall only provide emergency medical care (when life, limb, or eyesight are in danger of being lost) to Contractor employees. In addition, Contractor and sub-contractor personnel traveling to the GTMO AOR are required to be beneficiaries of a medical evacuation plan and service through an insurance plan provided by their employer or paid for individually. 10.2 Base Access: Contractor and all associated sub-contractor employees shall comply with all applicable base, facility and area access policies and with all local security procedures. The Contractor employees performing services under this contract shall also provide all information required for background checks by the Government to meet base access requirements. The Contractor understands that a standard background check process for the purpose of gaining base access on base may require 45 working days or more. 10.2.1 Sensitive Information: The Contractor and workforce personnel shall not sketch or take photos of any Government facilities or activities at JTF GTMO. The Contractor shall not post or discuss government facility activities on any unauthorized public access media. The Contractor shall immediately report suspicious activities to security personnel. 10.3 Vetting: The Contractor and all associated sub-contractor companies, must be vetted prior to be allowed access on base. For the purposes of this contract, the Contractor’s business is considered vetted if the Contractor is legally registered to provide services within the Continental USA (CONUS), and if the Contractor, its company or any of its subcontractors have NOT been previously barred from performing services for the Government. The Contractor is responsible for the prior performance of its subcontractors. The Contractor must inform the KO if its company, or any of its subcontractors have been previously barred from performing services for the Government. If the Contractor, or any of its subcontractors do not disclose this information prior to execution of this contract, then this contract is unlawful, which constitutes sufficient motive for the Government to terminate this contract due to the default of the Contractor. 11. Hours of Operation: The Contractor shall execute work within their own premises off-location. However, all Delivery activities, Transportation, Placement and Installation, etc., shall be coordinated with the Government. JTF GTMO working hours are limited for various reasons, which include but are not limited to, religious holidays, daily prayer time, or due to local or national emergencies, administrative closings, or similar Government directed facility closings. Typical hours are: Monday-Friday, 0700-1700 and there will be no work on Federal Holidays. 12. Disclaimer: Data and information furnished or referred in this document is for the Contractor's information. The Government shall not be responsible for any interpretation of, or conclusion drawn from, the data or information by the Contractor. The indications of physical conditions in the specifications are the result of site investigations by surveys. 13. As-Build: All the drawings, specifications, users, operation and maintenance handbooks, manufactures information, and other documents derived from the work belong to the Government and should be turned over to the Government in a digital media format. An original paper copy of the final As-built of the architectural drawings shall be provided to the Government. Format for the drawings shall include pdf. 14. Temporary Facilities and Rental Vehicles: Contractor employees shall make reservations at the Navy Lodge Guantanamo Bay where they will stay while supervising the installation of the Modular Buildings. Vehicles may be rented through the NEX Car Rental. Reservations are required prior to arrival in Guantanamo Bay. 15. Warranties and Maintenance Manuals: Contractor shall warrant its work against faulty workmanship for a period of not less than one year from the completion of this contract. Under this warranty, contractor shall be prepared to return to the work site after notification without charge to make any necessary repairs as a result of faulty workmanship. The Contractor shall submit all maintenance manuals for all equipment installed, as-built drawings, other reports, invoices, final installation schedule, and all other documentation required to turn over the project to the Government Representative for approval. 16. Period of Performance: Modular Building Unit Project is to be completed by 30 October 2019. This includes for Manufacturing, Transportation, Installation and Utilities tie-ins. 17. Attachments: 17.1 Attachment 1: Typical cell structure floor plan 17.2 Attachment 2: Cell structure electrical plan 17.3 Attachment 3: Guard structure floor plan 17.4 Attachment 4: Guard structure com/electrical plan 17.5 Attachment 5: Site plan I (9X HEINIVLNOO oz (an) aoaalw ,m ?330 EICIVEIE) BOO-H 8 SMOOH OVAH SEIHLCTIO HEMOHS TIVAA 038 SMOOH OZ EICIISNI TIV (9X oz (cm) EICIOO OEIN A8 (Elva EIEI TIVHS TIV .LV TIV .LOEINNOOSICI OVAH (El?l M017 M017 2 (\ioo' HVAC #0 002.52me QCZNU IOcmm 3. No. A mo: u. wo>mo m3 _r mm.? mg 2.00m 2.>z 91:5?" 00mm DEPUW rooxmmAm 52.0.. >wO NIPR V ♦ DUPLEX OUTLET tr V V DATA OUTLET tr GFCI OUTLET G WALL PHONE OUTLET tr REF OUTLET R COMMS/ELECT PLAN 40 FT CONTAINER GUARD HOUSE ATTACHMENT 4 NTS 49' 5 1165.0 8.0 36.0 30.8 MIN MIN 18.0 CONCRETE SLAB (4,719 SFVEHICLE UP UP A SALLYPORT Ln A 11 10 '8 P8181321: 25:62:1310-0 DI 8 U) GUARD 10.0 6.0 \l \l HOUSE RAMP ELECT MAIN RAMP PANEL "m LDG Lemm? 3mm? 12LEGEND: 12 FT HIGH FENCE 3 BY OTHERS 2 ?l AWNING LINE 57-2 FENCE ON TOP OF (5041 SF) THE STRUCTURE, TO <2 2 BE INSTALLED BY BEEF :2 AWNING LINE, TO BE 3 5 SITE LAYOUT PLAN INSTALLED BY OTHERS 5 2 CONCRETE SLAB BY ALL DIMENSIONS IN FEET BEEF Wis:? NOT TO SCALE 5.. 33$; Attachment 5 ??1371? all: 3 or 5 LAYOUT 20MAR201 8 GTMO Modular Building Units Solicitation Number: PAN41019P0000001798 Agency: Department of the Army Office: Army Contracting Command, CSBs Location: 410th CSB (W912CL) RCC AMERICA Notice Type: Sources Sought Posted Date: February 6, 2019 Response Date: Feb 21, 2019 5:00 pm Eastern Archiving Policy: Manual Archive Archive Date: - Original Set Aside: N/A Set Aside: N/A Classification Code: 99 -- Miscellaneous NAICS Code: 332 -- Fabricated Metal Product Manufacturing/332311 -- Prefabricated Metal Building and Component Manufacturing Synopsis: Added: Feb 06, 2019 2:17 pm The 410th Contracting Support Brigade (CSB), Regional Contracting Office - Guantanamo (RCO-GTMO) is posting a sources sought to identify potential contractors with the ability to support the attached product description, which is in support of Joint Task Force - Guantanamo (JTF-GTMO) at United States Naval Base Guantanamo, Cuba. The Government encourages contractors to provide any questions, comments, and/or suggestions in writing via electronic mail to stephen.s.settembre.mil@mail.mil and ralph.m.bowie.mil@mail.mil no later than close of business, Monday, 21 February 2019. Sources Sought Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: February 6, 2019 Product_Description-Modular_Building_Units.pdf (663.21 Kb) Description: Product Description-Modular Building Units Contracting Office Address: 4130 STANLEY ROAD STE 320 FORT SAM HOUSTON , Texas 78234-6102 United States Place of Performance: United States Naval Base Guantanamo, Cuba Cuba