Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
MODIFICATION

Z -- Repair/Replace Steam Lines, Area B

Notice Date
12/20/2011
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0011
 
Point of Contact
Jennifer R. Hansen, Phone: 9375224614, JUDE IKE OSUDOH, Phone: 9375224518
 
E-Mail Address
jennifer.hansen@wpafb.af.mil, jude.osudoh@wpafb.af.mil
(jennifer.hansen@wpafb.af.mil, jude.osudoh@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
*Notice: Actual period of performance is 300 days* The Air Force is seeking sources for a potential 100 percent set-aside for 8(a) Region V, HUBZone, Woman Owned Small Business (WOSB), or Service Disabled Veteran Owned Small Business (SDVOSB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED, THE ACQUISTION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. This is a sources sought for planning purposes only. This effort is Project 090001, Replace Steam Lines between manhole S-229 and facility 20029. The project scope includes the removal of underground steam and condensate return lines, and the installation of new steam lines in shallow trench from manhole S-229 to facilities 20028, 20248, 20198, 20197, 20196, and 20029. The contractor will need to hook up two Government furnished temporary boilers to provide summer steam to Facilities 20030 and 20033 during project construction. Existing steam & condensate return lines are assumed to contain asbestos containing insulating materials. Special Requirements/Concerns: Steam distribution systems require specialized construction skills and safety preparations. Standard facility construction experience is not sufficient. The contractor shall have very tight construction timelines since these repairs cannot be started until after the high temperature/hot water (HTHW) system is turned off, and this must be completed in time for activation in the fall for this critical utility system. Numerous facilities will not have heat until this project is completed. The work will need to be carefully coordinated with the mechanical shop to minimize impact to mission. This project also includes HVAC and asbestos work. The Air Force intends to award a contract with a 300 day period of performance. The estimated magnitude of the entire contract is between $1,000,000 and $5,000,000. NAICS Code: 238220 Size Standard: $14M. Prime contractors who are 8(a) Region V, HUBZone, WOSB or SDVOSB and who intend to submit a bid for this solicitation are highly encouraged to submit the following by 9:00 a.m. (local Dayton time) on 05 JAN 12: Responses should include the following: (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) date of HUBZone certification; and/or (3) documentation of SDVOSB status; and/or (4) 8(a) certification; and/or (5) WOSB status; and (6) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project; (7) documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; (8) If you are a HUBZone considering a joint venture that has not been formalized, you will need to specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. Firms interested should provide the above documentation. Fax or e-mail 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 8(a) Region V, HUBZone, WOSB, or SDVOSB concerns. Responses shall be limited to 5 pages. Please include your DUNS Number or CAGE Code on your response. Failure to submit all information requested would result in a contractor being considered "non-responsive" in this requirement. A decision on whether this will be pursued as a set-aside or an unrestricted basis will be posted as a modification in Federal Business Opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0011/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02642654-W 20111222/111220234534-84d7a00d5edd17c9118e659664794349 (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.