SOLICITATION NOTICE
Z -- Repair Center or Excellence (CoE) High Bay AHU/VAV
- Notice Date
- 7/1/2011
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
- ZIP Code
- 72099-4971
- Solicitation Number
- FA4460-11-R-0023
- Point of Contact
- Rachel L. Italiano, Phone: 501-987-3847, Lucille D. Ngiraswei, Phone: 5019873839
- E-Mail Address
-
rachel.italiano.1@us.af.mil, lucille.ngiraswei@us.af.mil
(rachel.italiano.1@us.af.mil, lucille.ngiraswei@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE TO OFFEROR; FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS REQUEST FOR PROPOSAL (RFP) UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS RFP EITHER BEFORE OR AFTER THE RFP CLOSING DATE. The 19th Airlift Wing, Little Rock AFB, AR 72099 intends to Issue a Request for Proposal (RFP) to award a single firm fixed price contract for the design and construction to remove existing multi-zone Air Handling Unit and VAV system and replace with a single zone AHU with VAV reheat system at Little Rock AFB, Arkansas. The project shall encompass but not be limited to providing all necessary studies, meetings, analyses, design, schematic design, design development, specifications, and preparation of contract documents, and total construction for the project. The design shall include all related items as required to safely accomplish all necessary work. The existing chiller and boiler shall be removed and replaced with a new chiller and boiler. The contractor shall conduct heating and cooling load study to provide correct airflow for each room. In addition, shall conduct test, adjust and balance the HVAC system. The contractor shall install DDC control which shall be connected into the Base EMCS system. The contractor shall provide a phasing plan for the construction phase of the project. There are areas within this facility that will need work scheduled with the user to ensure minimum disruption to accomplish the tasks as needed. The work hours for this facility are 0700 - 1700. Nighttime and weekend work by the contractor is acceptable and shall be coordinated and approved by the Contracting Officer with the user's input for escort requirements. In areas that require escorts, the user will provide individuals to accomplish the task as escorts with a minimum of three weeks' notice prior to the construction work. The contractor is responsible for moving, relocating, storing, and reinstalling all furniture and equipment required to be moved and relocated associated with the installation of the new HVAC system. Ceiling height throughout the facility shall remain at their current height. Coordinate HVAC, Sprinklers, Electrical, plumbing, et cetera to achieve. The contractor shall remove all existing ceiling grid and tile. Provide and install new suspended ceiling system where existing and at the bathrooms the tile shall be moisture resistant rigid fiber glass panel. The contractor shall install all required fire detection and suppression equipment necessary to meet all applicable codes and standards. The contractor shall demo the existing electrical feeder to the existing mechanical equipment to be removed back to the electrical panel. Electrical circuits shall be installed to all new mechanical equipment. The contractor shall clean, re-lamp and re-install all fixtures required to be removed in support of the scope of work. The Contractor is responsible for fully meeting all requirements for the Design Build Statement of Work, Construction Specifications, Construction Drawings and all other Contract Documents related to and/or titled: A. NKAK 09-1105 Repair Center of Excellence High Bay AHU/VAV B-1230A. The Contractor is 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 Contractor is responsible for locating all utilities in the area of construction, and for accommodating or modifying them, as required for the construction of this project. The Contractor is also responsible for demolition, but demolition shall be limited to that which is required to achieve the primary goal. Construction project magnitude is between $1,000,000 and $5,000,000. The period of performance is: I. Design, 160 days after issuance of Notice To Proceed 1 II. Construction, 205 days after issuance of Notice To Proceed 2 This procurement is being issued as a 100% Small Business set-aside. All responsible sources may submit a proposal. The office proposes to post RFP # FA4460-11-R-0023 to the FedBizOpps website (http://fbo.gov) on or about 22 July 2011. 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. Past Performance information will be required to be submitted by the date specified in the solicitation. Pre-proposal conference/site visit information will be provided in the solicitation package. Contract award will be determined using the Source Selection procedures in FAR Part 15. All Contractors shall be ORCA registered (http://orca.bpn.gov). All contractors are reminded, in accordance with DFARS 252.204-7004, Required Central Contracting Registration, that lack of registration in the CCR database BY AWARD DATE will make a contractor ineligible for award. Please acknowledge all requirements in proposals. All interested parties are encouraged to attend the pre-proposal conference/site visit. 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 proposal preparation costs. Any questions, requests for information (RFI's) etc. relating to the upcoming solicitation must be submitted in writing via email to the individuals designated in the solicitation. Telephone requests for packages, questions, RFI's etc. WILL NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0477e0afe5f5b0e0da4aa2a4567e67d8)
- Place of Performance
- Address: B-1230A, Little Rock AFB, Arkansas, 72099-4971, United States
- Zip Code: 72099-4971
- Zip Code: 72099-4971
- Record
- SN02488574-W 20110703/110701234829-0477e0afe5f5b0e0da4aa2a4567e67d8 (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 |