Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2013 FBO #4211
SOLICITATION NOTICE

Y -- Renovate/Construct Civil Engineering Admin Facilities

Notice Date
6/3/2013
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575-13-R-0010
 
Point of Contact
Christopher Wynn, Phone: 3147228528, Elia M. Portz, Phone: +34 95 584-8017
 
E-Mail Address
christopher.wynn@us.af.mil, elia.portz.de@us.af.mil
(christopher.wynn@us.af.mil, elia.portz.de@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force intends to issue solicitation FA5575-13-R-0010 to solicit proposals for a Firm-Fixed Price contract to renovate/reconstruct the Civil Engineering Admin Facilities at Morón AB, Spain. The complete solicitation package will be available on the Federal Business Opportunity website for download on or after 18 June 2013. Contract magnitude is between $1,000,000 and $5,000,000 U.S. dollars. The successful contractor will be selected using Lowest Price Technically Acceptable with acceptable Past Performance resulting in the best value to the government. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." 1. SCOPE OF WORK: The work includes, without being limited to, the following items: 1.1 Basic Package: This Basic Package includes Demolition, Masonry, Steel, Carpentry, Plastic, Thermal, Moisture, and New Installation work as indicated, as well as the analysis to check for asbestos and all other forms of work included in project QUUG 88-5046. The work includes, but is not limited to, the following items SCOPE OF WORK: The project consists of 1.1 Architectural Work: 1.1.1 Building #232: 1.1.1.1 Demolition Work: a. Remove doors, windows, grilles, frame and auxiliary elements fixed to walls. b. Demolish mechanical and electrical installation. c. Disassembling of preformed sheet roof, canopy and auxiliary elements. d. Disassembling of preformed sheet siding and auxiliary elements e. Disassembling of metal profile structure and handrails. f. Demolish concrete slabs, stair, landing, foundation beam and footing. g. Demolish concrete sidewalks. h. Remove filling material down to the natural terrain. i. Back fill the cavity affected by the demolition and replace the top soil in the remaining area. j. Selection, treatment, load and transportation of demolition material to authorized dump or recycling plant. 1.1.2 Building 202: 1.1.2.1 Demolition Work: a. Remove doors, windows, grilles, frame and auxiliary elements fixed to walls. b. Disassembling of preformed sheet roof, metal purling and auxiliary elements. c. Disassembling of preformed sheet siding and auxiliary elements. d. Demolish floor tiles, carpet, wall tiles, false ceiling and finishes materials. e. Demolish brick wall partitions and enclosures. f. Demolish concrete slabs as indicated. g. Take samples from existing roof layers, send to an accredited laboratory and submit report on asbestos content Remove, if required, materials which contain asbestos from the roof, encapsulate and send to an authorized disposal site. h. Demolish existing roof with all of its layers or elements to obtain a clean and dry slab surface. i. Demolish concrete roof slab, beams and columns as indicated j. Demolish concrete foundation beams and footings as indicated. k. Demolish concrete sidewalks. l. Remove filling material down to the natural terrain. m. Back fill the cavity affected by the demolition and replace the top soil in the remaining area n. Selection, treatment, load and transportation of demolition material to authorized dump or recycling plant 1.1.2.2 Earth Movement and Concrete Works: a. Provide, extend and compact the aggregate material for foundation and sidewalk base courses. b. Provide and install reinforcement bars, wire meshes and concrete for foundation, slabs and structures. c. Provide and install steel profiles and repairing product for structure connections. 1.1.2.3 Masonry Works: a. Provide and erect C.M.U. block enclosures and partitions. b. Provide and construct brick and ceramic block partitions. c. Provide and construct exposed brick wall entrance and ornamental ceramic accents. 1.1.2.4 Steel Works: a. Provide and install steel plates and profiles for structure. b. Provide and install steel profiles for pitched roof structure. 1.1.2.5 Carpentry Works and Plastic: a. Provide and install wood cabinet, quarry countertop and baseboard. and accessories. b. Provide and install compartment system. 1.1.2.6 Thermal and Moisture Protection: a. Provide material and install the low slope roof system and accessories. b. Provide material and install pitched roof of concrete tile. c. Provide material and install fall arresting system. d. Provide material and seal construction and expansion joints. 1.1.2.7 Doors and Windows: a. Provide and install aluminum doors, windows, curtains wall, and skylights, and accessories. b. Provide and install wood doors, frame and accessories. c. Provide and install metal door. d. Provide and install metal hatch, cover and hardware for roof access. e. Provide and install hardware for doors and windows. f. Provide and install glazing for doors windows, compartment system and skylights. 1.1.2.8 Finishes: a. Provide and apply material for wall and ceiling pargeting and joint profiles. b. Provide and install material for gypsum board ceiling c. Provide and install material for acoustical tiles suspended ceiling. e. Provide and install floor quarry tiles, joint profiles and baseboards. f. Provide and install porcelain gres floor tiles. g. Provide and install wall tiles and joint profiles for corners and listels. h. Provide and apply paint material to finish the surfaces. 1.2 Mechanical Works: 1.2.1 Demolition Mechanical Work: a. Demolish mechanical installations. b. Demolish asbestos containing materials. 1.2.2 Construction Mechanical Work: a. Supply and install exterior sewer system. b. Supply and install interior sewer and vent system. c. Supply and install exterior and interior plumbing system. d. Supply and install plumbing fixtures and toilet accessories. e. Supply and install air conditioning systems. f. Supply and install exhaust systems. g. Supply and install wet pipe fire extinguishing sprinkler system. h. Start up, tests, balancing and adjustments of all the systems installed. i. Repair elements affected by the demolition and installation of exterior installations. 1.3 Electrical Works: 1.3.1 Demolition of electrical installations in facilities #202 & 232: a. Demolition of service connections from electrical sub-station, facility #280. b. Demolition of interior electrical distribution system. c. Demolition of lighting system. d. Demolition of fire alarm system. e. Demolition of communications system. f. Demolition of exterior power and communications utilities. g. Removal and temporary installation of radio antenna and associated lightning protection system on top of concrete pole for the radio transmission system in temporary location for Civil Engineering \ personnel during work execution.. 1.3.2 New Installations Works: a. Furnishing and installation of new electrical service lines from electrical sub-station, facility #280. b. Furnishing and installation of new electrical panel boards. c. Furnishing and installation of interior power system. d. Furnishing and installation of lighting fixtures. e. Furnishing and installation of exterior duct banks for telecommunications. f. Furnishing and installation of interior telecommunications distribution system. g. Furnishing and installation of addressable fire alarm system. h. Pre-installation for emergency generator and automatic transfer switch. i. Installation of concrete pole with radio antenna and lightning protection system in final location, with new radio cable from antenna to Civil Engineering control center. j Final tests. 1.4 Final cleaning. 1.5 Delivery of As-Built drawings. 1.6 Delivery of Spatial data. PERFORMANCE PERIOD: The performance period proposed for the execution of this project, 450 calendar days, is for information purposes only and includes average inclement weather days. 2. CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "registro Oficial de Contratistas de Obras del Estado" of the "Ministerio de Economia y Hacienda" covering the following groups, subgroups and categories. Group Subgroup Category C 1, 2, 3, 4, 6, 7, 8, 9 b E 1 b J 2, 4 b K 9 b I 1, 6, 7 c The above general outline in no way limits or reduces the responsibility of the Contractor to perform all work as required by the Statement of Work and project drawings in order to provide a complete and operable facility. It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.fbo.gov, frequently for any new postings that may have been made. The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. A visit to the site of work will be conducted in English; the date and time of which will be announced in the solicitation documents. In order to be awarded a contract by the U.S. Government, the company must be registered in the System for Award Management (SAM); contracts cannot be awarded to unregistered contractors. Registration can be made online at www.sam.gov/portal/public/SAM/ NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902-446-688. To obtain a NATO CAGE code you must fill out the form found in: http://www.dlis.dla.mil/Forms/Form AC135.asp Failure to be registered in SAM at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is SAM registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575-13-R-0010/listing.html)
 
Place of Performance
Address: Moron, AFB, Moron AFB, Non-U.S., 09643, Spain
 
Record
SN03078496-W 20130605/130603235101-390d7edb91d0211d9b84c56b5d985e0f (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.