Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
MODIFICATION

Z -- Fire Protection System Basewide

Notice Date
8/3/2004
 
Notice Type
Modification
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-04-R-0013
 
Response Due
8/9/2004
 
Archive Date
8/24/2004
 
Point of Contact
Ryan Goodwin, Contract Negotiator, Phone (202) 767-8089, Fax (202) 767-7897, - Myra Foster, Contracting Officer, Phone 202-767-8101, Fax 202-767-7897,
 
E-Mail Address
ryan.goodwin@bolling.af.mil, Myra.Foster@bolling.af.mil
 
Description
A. Answers to Questions submitted in writing: 1. Page 1/40 of the Solicitation, Item 13.A, says to submit one (1) Original and two (2) Copies of the offer. Page 33/40 of the Solicitation, under "Special Instructions," says to submit two (2) Originals and one (1) Electronic Copy of the offer. Page 34/40 of the Solicitation, regarding specifically Part III, says to submit two (2) Originals and one (1) Copy. (11 CONS/LGCF) a. Please clarify the number of Originals and Copies required for each Part of the offer. Answer: Disregard ?Electronic Copy?. We will require only on3 (1) Original and two (2) Copies throughout. b. Please clarify what type of Copy is required for each Part of the offer. (Electronic or Paper?) Answer: Same as 1.a. 2. The Sprinkler drawings indicate estimated quantities for "Replacement" of ACT. See example Sheet Note 4 on drawing F-2.1. Is the intent to salvage the ACT and reinstall it? Or, is the intent to replace the ACT with all new? Answer: Drawing F-2.1 Note 4: ACT replacement should be new. 3. The Sprinkler drawings indicate estimated quantities for areas of ceiling to be "Replaced or Restored." See example Sheet Note 4 on drawing F-2.1. Do these quantities include the ceiling "Replacement or Restoration" work which will be required for the Electrical work under this contract? Or are these quantities only inclusive of what is required to perform the Sprinkler work? Answer: Sprinkler drawings indicate estimated quantities for areas of ceiling affected by sprinkler work only. Electrical work can take the advantage while the ceiling is open for sprinkler work. 4. Reference drawing F-4.1, Sheet Note 9 regarding "Replacement or Restoration" of "CONC" ceilings. This is also shown at Sheet Note 8 on drawing F-5.1. a. What is meant by "CONC" ceiling? Answer: ?CONC? means concrete. b. What would be the extent of work required for "Replacement" of this? Answer: As for the extent of replacement, : when the concrete deck/ceiling is penetrated/core drilled for sprinkler work, the affected areas need to be patched/restored (filled with fire rated material). c. What would be the extent of work required for "Restoration" of this? Answer: Same as 4.b. d. Is there a finish that must also be replaced or restored? Answer: Gyp wall restoration requires finish by painting. 5. Fire alarm devices are shown to be installed in existing walls. All five buildings? fire detection systems shall be removed and replaced with new addressable fire detection systems. a. What type of wall construction are the walls in each of the buildings? Answer: Wall finishes may vary: in general, the exterior walls are concrete for heat plant, block walls with stud and gyp wall finishes for others; interior walls also are block walls with finished paint or stud with gyp wall finishes. b. If we must to channel the walls to install fire alarm devices, we will have to replace the finishes. Refer to Spec 16110, para 3.2.3 and 3.2.4 for raceway installation. i. Please indicate the types and locations of finishes on the walls in each of the buildings. Answer: Building 18, concrete wall with brick exterior; Buildings 361, 1304, 4439, 4472, CMU with face brick exterior, CMU or CMU with stud and gyp wall boards, stud wall. All walls are finished with paint (all five buildings). ii. If a wall must be refinished due to this work, are we to perform that work break-to-break, or just in the area where patching was required from the channeling? Answer: Wall finishes shall be performed from center of stud to center of stud. 6. On standard form 1442 page 1 of 40.Item # 13 B " An offer guarantee" states is not required, is this correct? This is a competitive action, so this office has waived the requirement for a bid or offer guarantee. Answer: Since this is a competitive acquisition, this office has waived the requirement for an offer guarantee. 7. For Bldg. 1304 Second Floor: Are the heads going to be the dry pendant type or is there sufficient heat above the ceiling? Answer: Yes, second floor shall be dry type sprinkler system with riser on the first floor. B. Insertion in Section I, Clause: 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.23602, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for 21 July 2004 at 10:00 A.M. EDT. An additional organized site visit has been scheduled for 4 August 2004 at 9:00 A.M. EDT. (c) Participants will meet at 11th Contracting Squadron, Bolling AFB DC. NOTE: Attendees must enter Bolling AFB through the South Gate off Interstate 295. Attendees must have a picture ID, registration, and proof of vehicle insurance in their possession. For the additional site visit, the meeting location has been changed to the South Gate. We will depart promptly at 0900 hours from this location and proceed with the site visit. Each offeror may send up to two (2) representatives. For security reasons, offeror must submit the name and Social Security Number of each representative by facsimile to 1LT Ryan Goodwin, Contract Administrator, at (202) 767-7897, or e-mail: Ryan.Goodwin@bolling.af.mil no later than Friday, 30 July 2004, 4:00 P.M. EDT. Any additional questions resulting from the second site visit must be submitted in writing no later than Thursday, 5 August 2004, 1200 hours. Questions received after that date and time may not be answered by the proposal due date, Monday, 9 August 2004, 4:00 P.M. EDT. C. Primary Contact: 1Lt Ryan Goodwin, (202) 767-8089; e-mail: Ryan.Goodwin@bolling.af.mil. --End Changes--
 
Place of Performance
Address: Bolling AFB, DC.
Zip Code: 20032
Country: USA
 
Record
SN00635831-W 20040805/040803212613 (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.