Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

Z -- AJXF 98-1561/AJXF 01-1524, Correct West Side Hangars'' Fire Protection Systems (Interior) and Replace West Side Underground Deluge Piping

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-03-R-0018
 
Response Due
9/12/2003
 
Point of Contact
Timothy Clapp, Contract Specialist, Phone (301)981-7346, Fax (301)981-1910, - Jimmie Campbell, Contracting Officer, Phone 3019811904, Fax 3019811912,
 
E-Mail Address
Timothy.Clapp2@andrews.af.mil, Jimmie.Campbell@Andrews.af.mil
 
Description
This solicitation is for two Projects, which will be combined to form a single contract. Project AJXF 98-1561, Correct West Side Hangars' Fire Protection Systems (Interior). This project consists of providing all plant, labor, and materials in performing all operations required to demolish the AFFF sprinkler systems and design and install wet pipe sprinkler systems in Hangar 5 and Building 1915; modify the existing open head deluge systems to closed head wet pipe sprinkler systems in Hangars 1-4, 6 and 7; design and install high expansion foam systems including fire alarm system for Hangars 1-7 and Building 1915; design and install a foam containment valve downstream of the oil/water separator for Hangars 1-4, 6 and 7; provide 1 hour rated fire rated equipment room for Hangars 1-7 and Building 1915. Project AJXF 01-1524, Replace West Side Underground Deluge Piping consists of providing all plant, labor, and materials in performing all operations in connection with the modified slip lining of the existing underground deluge system. The work includes, but is not limited to, all excavation, demolition, TV inspection, pipe cleaning, pipe replacement, slip lining, interconnections with the existing deluge system, valve installation, testing, backfill, restoration, traffic control, sediment control, and all other incidental items. Steam and condensate piping and insulation with associated valves and controls in Building 1731 shall be replaced. Provide electrical work as shown on drawing. Dollar magnitude of this project is between $5,000,000 and $10,000,000. This solicitation will be awarded using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past Performance is considered significantly more important than price. The resultant award will be a firm fixed price construction contract. The Government reserves the right to award a contract to other than the low offeror is that offer is judged to provide the overall best value to the Government. All responsible sources may submit a proposal, which shall be considered by the agency. An offer guarantee will be required when requested by the Contracting Officer. The North American Industry Classification System (NAICS) Code is 238990. Any concern responding to this solicitation is considered a small business if the annual records of the concern and its affiliates for the preceding three years do not exceed $12 million. The proposed contract is FULL AND OPEN COMPETITION. All contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. The solicitation package will be posed on the Electronic Posting System (EPS), on or about 13 Aug 03, and can be accessed at www.eps.gov. The Government will not provide paper copies of the solicitation, blueprints, specifications, or plan holders list. Potential offerors are responsible for monitoring the EPS site for the release of the solicitation package, amendments, and other pertinent information and for downloading their own copy of the solicitation package. Technical questions regarding the solicitation must be e-mailed to SSgt Tim Clapp, via e-mail at tim.clapp@andrews.af.mil with courtesy copy to jimmie.campbell@andrews.af.mil, no later than 10 days prior to the closing date. Prospective offerors are requested to submit company name, address, including zip code, telephone and fax number, e-mail address, point of contact, size standards to SSgt Tim Clapp, via e-mail at tim.clapp@andrews.af.mil with courtesy copy to jimmie.campbell@andrews.af.mil for inclusion on the unofficial source list. The response date cited above is an estimated date. NOTICE TO OFFERORS: WHILE FUNDS ARE NOT PRESENTLY AVAILABLE WITHIN AIR MOBILITY COMMAND TO FUND THIS PROJECT, WE ANTICIPATE FUNDS WILL BECOME AVAILABLE BY 18 NOV 03. IF CURRENT FISCAL YEAR (FY 03) FUNDS BECOME AVAILABLE, CONTRACT AWARD WILL BE MADE NO LATER THAN 30 SEP 03. IF FY 03 FUNDS ARE NOT AVAILABLE, THIS PROJECT WILL BE FUNDED WITH FY 04 FUNDS. WE EXPECT TO HAVE FY 04 FUNDS BY 18 NOV 03. This notice does not obligate the Government to award a contract, it does not restrict the Government in its ultimate acquisition approach, nor does it obligate the Government to pay for any proposal preparation fees.
 
Place of Performance
Address: Department of the Air Force, Air Mobility Command, 89 CONS, 1419 Menoher Drive, Andrews AFB, MD 20762-6500
 
Record
SN00385974-W 20030731/030729213740 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.