SOURCES SOUGHT
Z -- Facility 20046, Repair for Fire Safety First + Second Floors. Project is to repair large office areas in order to bring facility in full compliance with current Life Safety and Fire Codes and eliminate current FSD III
- Notice Date
- 5/14/2007
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8601-07-030011B
- Response Due
- 5/20/2007
- Archive Date
- 10/1/2007
- Small Business Set-Aside
- N/A
- Description
- The Air Force is seeking sources for a potential 100 percent set-aside for HUBZone, or Service Disabled Veteran Owned Small Business (SDVOSB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. This is a sources sought for planning purposes only. TITLE/DESCRIPTION: Facility 20046, Repair for Fire Safety First & Second Floors, Project 030011B. Project is to repair large office areas in order to bring facility in full compliance with current Life Safety and Fire Codes and eliminate current FSD III. In order to install new fire suppression, detection, and notification system, suspended ceilings will have to be replaced. Scope includes relocation and reconfiguration of above ceiling utilities such as HVAC ducts, diffusers, power junction box distribution, communication distribution, and lighting fixtures. Incidental cosmetic finishes (carpet and paint) will be added. This project follows phase I, Repair of Basement. DOLLAR VALUE: $1,000,000 to $5,000,000 SPECIAL REQUIREMENTS/CONCERNS: This renovation will have a tight completion schedule of several phases with security restrictions in an occupied ASC Special Operations Forces Group (SOFSG) facility. Work will be completed in phases floor by floor while maintaining access to existing exits. The 1st Phase will be to construct and furnish a temporary administrative area for the occupants in an adjacent facility (contractor responsibility ? Approximately 19,000 square feet). The follow-on phases will include moving the entire 1st floor occupants to the temporary administrative area (government responsibility ? Approximately 100 personnel), completing the renovation of the 1st Floor (contractor responsibility - Approximately 19,000 square feet), moving the occupants from the temporary administrative area back to the 1st floor (government responsibility ? Approximately 100 personnel), moving the entire 2nd floor occupants to the temporary administrative area (government responsibility Approximately 100 personnel ), completing the renovation of the 2nd Floor (contractor responsibility - Approximately 19,000 square feet), and finally moving the occupants from the temporary administrative area back to the 2nd floor (government responsibility ? Approximately 100 personnel). It is imperative for complete contractor coordination of all subcontractor work for timely completion of work within each phase. Contract will include maintaining temporary Electrical and HVAC systems while installing new. Scope also includes hazardous material abatement of asbestos and lead paint. Failure to comply with contract restrictions or to delivery a first class finished product will impact the operations of SOFSG. PERFORMANCE PERIOD: 268 days Prime contractors who are HUBZone and/or SDVOSB and who intend to submit a bid for this solicitation MUST submit the following by 2:00 p.m. (local Dayton time) on 20 May 2006: (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) date of HUBZone and/or SDVOSB certification; (3) listing of experience in work similar in type and scope that you identified to include contract numbers, project titles, dollar amounts, and points of contact with their current phone numbers; (4) evidence of capability to be bonded for bid, performance and payment bonds; and (5) if you are a HUBZone considering a joint venture, you will need to provide proof that this consideration has been forwarded to the cognizant SBA office for approval. Firms interested should provide the above documentation, e-mail and faxed responses will be accepted. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested HUBZone or SDVOSB concerns. Responses shall be limited to 5 pages. Failure to submit all information requested would result in a contractor being considered 'not interested' in this requirement. The mailing address for responses is 88 CONS/PKC, 1940 Allbrook Dr, Ste 3, Wright-Patterson AFB, OH 45433-5309. For more information on "Facility 20046, Repair for Fire Safety First + Second Floors. Project is to repair large office areas in order to bring facility in full compliance with current Life Safety and Fire Codes and eliminate current FSD III", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5239
- Web Link
-
Facility 20046, Repair for Fire Safety First + Second Floors. Project is to repair large offic
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5239)
- Place of Performance
- Address: Wright-Patterson AFB, OH
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN01294042-W 20070516/070514220511 (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 |