Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOURCES SOUGHT

Z -- Repair, Modification and Reconfiguration of Abtech Modular Buildings

Notice Date
9/18/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S1AB6200B003
 
Response Due
10/21/2006
 
Archive Date
12/12/2006
 
Description
The Air Force Flight Test Center has a requirement for Repairs, Modifications and Reconfigurations of approximately 30 Abtech Modular Buildings. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to Repairs, Modifications and Reconfigurations of approximately 30 Abtech Modular Buildings; 1.0 Scope of Work: This specification covers all requirements for the repairs, modifications, or reconfigurations of approximately 30 Abtech, Inc modular buildings encompassing approximately 75,000 square feet located within the 412 TW/MXG Complex; 1.1 The requirements shall include structural steel framing, stairways, aluminum extrusions, 3-inch vinyl laminated gypsum wall panels, doors, windows, roof and floor decks, t-bar ceiling electrical fixtures, lighting, flooring, perimeter steel framing/associated steel floor joints, and required hardware to enact the repairs and/or modifications; 1.2 Design & Construction; 1.2.1 Design and construction materials shall be in compliance with the Uniform Building Code, the Uniform Mechanical Code, Uniform Fire Code, NFPA, National Electric Code, the American Institute of Steel Construction, and Factory Mutual Laboratory. Contractor shall be responsible for conforming to all Federal and Cal OSHA Regulations; 1.2.2 Repairs/modifications/reconfigurations shall be designed in accordance with UBC requirements for Seismic Zone 4 requirements and lateral loading; 1.2.3 Structural calculations shall be prepared by a State Licensed Structural Engineer and calculations shall be shown on all shop drawings, with engineers? stamp and signature; 1.2.4 All welding shall conform to the latest AWS Specifications and Chapter 27 of the Uniform Building Code (UBC); 1.3 Quality Assurance; For repairs/modifications, only personnel who are thoroughly trained and experienced in skills involved, and who are completely familiar with the manufacturer?s recommended methods of installation. Comply with industry, trade, federal standards, except when more restrictive tolerance or specified requirements indicate more rigid standards or more precise workmanship.; 1.4 Welding: Arc Welding, Torch Welding, Cutting, and Brazing; 1.4.1 Welding, cutting, or brazing other than in approved welding shops, will require permission from the Fire Department and the issuance of a welding permit for open flame work; 1.4.2 Only certified welders shall operate welding equipment.; 1.2 1.4.3 All equipment shall be inspected daily for damage, loose connections, or unsafe conditions. Repair or replacement must be made if required; Firms responding to this synopsis must identify their company?s capabilities to perform the requirements described herein, reference the synopsis number and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 236220 Small Business size standard is $31M. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in September 2006. All responses may be sent via e-mail to Leonard.Buckless@edwards.af.mil or mailed to 412TW/PKDD, 5 South Wolfe Ave, Edwards AFB, CA 93524, Attention: Leonard Buckless. Responses to this sources sought synopsis are due in the office by Close of Business (COB), 21 September 2006.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01146823-W 20060920/060918220531 (fbodaily.com)
 
Source
FedBizOpps 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.