Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
SOLICITATION NOTICE

Z -- Design/Build Repair Dormitory B-860

Notice Date
7/8/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, Little Rock AFB, Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099, United States
 
ZIP Code
72099
 
Solicitation Number
FA4460-09-B-0002
 
Point of Contact
Rachel L. Italiano, Phone: 5019873847, Lisa R. Smith, Phone: 5019876470
 
E-Mail Address
rachel.italiano@littlerock.af.mil, lisa.smith1@littlerock.af.mil
(rachel.italiano@littlerock.af.mil, lisa.smith1@littlerock.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 19th Airlift Wing, Little Rock AFB, AR 72099 intends to issue a Invitation for Bids (IFB) to award a single, firm fixed price contract to provide all plant, labor, vehicles, equipment, tools, materials, supervision, design and other items necessary to perform all operations in connection with Project NKAK 02-1001 A/J Design/Build Repair Dormitory B-860. The design-build firm is required to provide all services necessary for the design and construction of this project. This project is to renovate the existing 25,915 square foot facility, both interior and exterior to provide a durable, aesthetically pleasing, low maintenance, energy efficient facility. Design-Build firm shall be responsible for any surveys, excavations, soil borings, soil analyses, chemical tests, laboratory tests, pressure tests, electrical tests, corrosion and cathodic protection tests, asbestos and lead-based paint surveys, and any other tests required for a complete design and construction of this project. The principle features of work include, but are not limited to: 1) Design-Build firm shall be responsible for all demolition associated with this project. 2) Repair portion of roof with asphalt shingles to include the manufacturer's standard 25 year warranty 3) Provide laundry facilities on each floor 4) Convert Janitors closet to public restrooms meeting minimum requirements 5) Renovate existing theater room. 6) Convert existing day room to two separate office spaces. 7) Install attic draft curtains to bring into code. 8) Repair all existing exterior stairs, handrails, etc 9) Power-wash and clean exterior and sidewalks. Painting certain areas of the exterior 10) Provide closet rods and shelves for all closets. 11) Provide all necessary backing for window blinds, curtains, toilet accessories, towel bars, robe hooks, mirrors etc. Install fragmentation retention film and catch bars on all exterior windows 12) Remove all existing vinyl wall covering, repair and provide surface preparation of all existing wall substrates. There is evidence of mold throughout the facility 13) Remove all "popcorn" type ceiling material. Repair and prep existing substrate and provide heavy texture surface. 14) Remove and replace all existing ceiling tile and grid. 15) Remove and replace all existing fire extinguisher cabinets and /or extinguishers. 16) Remove all existing flooring, thresholds and wall base, and repair existing substrates to receive new flooring, thresholds and wall base. 17) Remove and replace carpet throughout the building. 18) Remove and replace all damaged, rusted, rotted and/or loose steel door frames and/or wood door frames. 19) Remove and replace all existing door closers, wood doors, hollow metal doors and ensure that all interior doors include hardware that are the same/matching throughout. 20) Remove and replace all shower walls down to studs, shower pan down to slab, ceramic tile from walls/floors, over the toilet wall cabinet. Remove water closet to facilitate tile work. 21) Remove and replace all cabinetry in kitchen, above toilets, and sink vanities 22) Remove and/or replace all water closets, sinks, janitor sinks, shower fixtures, faucets, kitchen sinks, fan coil units and associated ductwork and piping, chiller and associated piping, hot water piping throughout the building. (Note: Existing domestic hot water boiler and storage tank will remain. 23) Install fire protection and detection systems. 24) Install new electric panels, cables and additional electric outlets where required. 25) Remove and replace all wall mounted wire moldings with concealed wiring. Bring electrical and comm. up to code. 26) Project will remove all asbestos containing materials from all common areas, sleeping areas, bath/showers, hallways, closets, and mechanical rooms. Construction project magnitude is between $1,000,000.00 and $5,000,000.00 Total Performance Period for Design and Construction is 500 Calendar days after receipt of Notice to Proceeds. Performance Period for design is 180 calendar days after receipt of Notice to Proceed 1 (NTP1) Performance Period for construction is 320 calendar days after receipt of Notice to Proceed 2 (NTP2) This procurement is being issued as a 100% small business set-aside under the Small Business Competitiveness Demonstration Program (Ref: FAR 19.10). All responsible sources may submit a bid. Bids must be valid for at least 60 days after the date bids are due. This office proposes to post an IFB #FA4460-09-B-0002 to the FedBizOpps website (http://www.fbo.gov) on or about 23 July 2009. Once the solicitation is issued, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Contract award will be determined using the Sealed Bid Procedures in FAR Part 14. All Contractors shall be ORCA registered (http://orca.bpn.gov). All contractors are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database BY AWARD DATE will make a contractor ineligible for award. Please acknowledge all requirements in bids. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. No response to this notice is necessary. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c765acd52fba52feb294171da99d3cd7)
 
Place of Performance
Address: 19th Contracting Squadron, 642 Thomas Ave, Little Rock AFB, Arkansas, 72099, United States
Zip Code: 72099
 
Record
SN01868788-W 20090710/090709000353-c765acd52fba52feb294171da99d3cd7 (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.