Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
SOLICITATION NOTICE

Z -- Maintenance Dock Renovation Bldg 4254

Notice Date
5/11/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Keesler AFB, 81st Contracting Squadron, 310 M Street Rm 102, Keesler AFB, Mississippi, 39534-2147
 
ZIP Code
39534-2147
 
Solicitation Number
FA3010-11-R-0011
 
Archive Date
9/16/2011
 
Point of Contact
Ryan T Zaremba, Phone: 2283771832, Reggie Temple, Phone: 228-377-3130
 
E-Mail Address
ryan.zaremba@us.af.mil, reggie.temple@us.af.mil
(ryan.zaremba@us.af.mil, reggie.temple@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The work performed under this contract shall consist of furnishing all labor, tools, parts, materials, facilities and transportation necessary to renovate an existing, open bay, rigid frame, maintenance hangar used for the service of C-130 aircraft. The Southwest side contains offices, restrooms, a break area, parts storage, and mechanical rooms. The Northeast side has horizontal sliding hanger doors with cutout curtain for tail assembly. The structure measures approximately 94' x 202' and contains 17,727 square feet. Roof is shed style of metal with a slope of about 1:12 toward the Southwest. Exterior skin is concrete block base up 8' with metal siding above. Flooring is exposed, hardened concrete. Ancillary rooms are concrete block or metal stud/gypsum board. An adjacent but detached storage building and covered patio of about 250 square feet each are part of this project. Specifically, the work entails the Renovation of all offices, restrooms, lounge, and storage areas, including the patching and repairing of existing masonry and gypsum board wall surfaces, the application and/or installation of new wall finishes, flooring, base, and ceiling. Mechanical Room will receive new exterior door and frame, relocated water heater, and new fire pumps; Construction of new concrete walks with new concrete drain and metal grate, and door entrance landing, Grouting of existing masonry cells with poured concrete. Installation of new asphalt paving; Renovations, alterations and additions to Hanger Bay including patching and repairing existing masonry wall surfaces, including new paint, new floor deck surface, new alignment striping, static ground markings, and safety striping on floor, replacement of missing and damaged wall insulation, closure of openings in trench drains, installation of ceiling mounted infra-red heaters, installation of nose gear tie-downs, installation of new exhaust fans, installation of new fall protection system; Removal of existing Hanger Bay doors, track, and operating system, and procurement and installation of new Hanger Bay doors, track, and operating system, including new cutout curtain for tail assembly. Removal of existing foam fire suppression system, and procurement and installation of new foam fire suppression system in Hanger Bay, including new pump, piping, storage bladder, and foam generators; removal of existing boiler, water piping and heating units, and procurement and installation of new gas heaters for Hanger Bay; Refurbishment of new communications closet including new phone and cable lines, new patch panel boards, and relocation of existing fiber optics panels; Removal of existing window air conditioning units and procurement and installation of two new heat pump systems for offices, including ductwork and diffusers; Removal of existing ventilation fans, and procurement and installation of new ventilation fans; Procurement and installation of new aluminum awnings at exterior personnel doors; Installation of new electrical service to existing Storage Building, including new panel, outlets, lights, and hook-up to new exhaust fan and window unit; Procurement and installation of new exhaust system for wheel washer including exhaust fan, ductwork, and hook-up. This acquisition will be a 100% Competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with no geographical restrictions, utilizing Performance Price Trade-off (PPT) Procedures. Interested responsible SDVOSBs may submit a proposal. The North American Industry Classification System (NAICS) Code is 236220. The size standard is $33.5 Million. Magnitude of proposed construction is between $1,000,000.00 and $5,000,000.00. The Solicitation Package, Specifications, and Drawings (if applicable), will tentatively be posted on the FedBizOpps Website: http://www.eps.gov on/or around 26 May 11 with a tentative closing date of 27 Jun 11. The contract performance period will be 240 days from the Notice to Proceed. All Contractors wishing to do business with the Government are required to register in the DOD Central Contractor Registry (CCR) Database prior to any subsequent award. CCR Registration may be accomplished online at http://www.ccr.gov. Contractors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in CCR in order to be eligible for timely award. The single source of entry for all documentation pertaining to this acquisition will be http://www.fbo.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e., issued Amendments, Changes to the Statement of Work, etc). Telephone and Fax requests for a solicitation package will NOT be accepted. Questions concerning this solicitation may be brought to the attention of Ryan Zaremba at (228) 377-1832, or email: ryan.zaremba@us.af.mil, or the Contracting Officer, Reggie Temple at (228) 377-3130, or email: reggie.temple@keesler.af.mil. Notice: Funds are reserved for this acquisition and are being held at HQ AFRC and will be made available when the award amount has been determined.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/KAFBCS/FA3010-11-R-0011/listing.html)
 
Place of Performance
Address: Keesler AFB, Mississippi, 39534, United States
Zip Code: 39534
 
Record
SN02445727-W 20110513/110511234956-93e72bb2706b250b615e634dad8f8eb2 (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.