Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
SOLICITATION NOTICE

Z -- Single-Award IDIQ Task Order Contract - RFP - Scope of Work

Notice Date
6/29/2015
 
Notice Type
Cancellation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-R-0031
 
Point of Contact
Kimberly S. Horner, Phone: 3214940447, Benjamin P Crafton, Phone: 3214949941
 
E-Mail Address
kimberly.horner@us.af.mil, benjamin.crafton@us.af.mil
(kimberly.horner@us.af.mil, benjamin.crafton@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Site Visit Questions and Answers Template Site Visit Entry Access List Site Visit Rules of Engagement Breakdown Template Sample Breakdown Template Non-Priced Item Worksheet Solid Waste Disposal Diversion Green Procurement Form Hazardous Waste Form Davis Bacon Wage Determination Initial Requirement Statement of Work Initial Requirement Drawings Initial Requirement Specifications Scope of Work FA2521-15-R-0031 RFP The 45th Contracting Squadron, Patrick AFB, FL announces the release of the solicitation for: Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract in support of the 45 SW at Patrick Air Force Base and Cape Canaveral Air Force Station, FL. Contractor will be required to provide all labor and materials for the primary execution of sustainability, renovation, and modernization construction (SRM) and/or design requirements within the 45th Space Wing. The NAICS 236220 - Commercial and Institutional Building Construction, supports the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures, such as stadiums, grain elevators, and indoor swimming facilities. This industry includes establishments responsible for the on-site assembly of modular or prefabricated commercial and institutional buildings. Included in this industry are commercial and institutional building general contractors, commercial and institutional building for-sale builders, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms. The typical work may include the construction, restoration, emergency response, repair, enhancement, maintenance, and demolition of facilities, utilities, real property systems, and infrastructure in support of construction and engineering requirements. The requirements examples include general interior finish upgrades and space reconfiguration, electrical service improvements, roofing materials replacement, mechanical systems repair, storm drainage structure repair, plumbing repairs and improvements, walkways, etc. Work may also include some construction of new facilities. Initial Requirement: The work to be performed under this project consists of providing all necessary labor, equipment and materials to remove and replace the stairwell pressurization system in the Air Traffic Control Tower (Bldg 1317) that provides protection for means of emergency egress upon activation of the fire alarm. Work includes but is not limited to removing and replacing the supply fan, louver damper, controls located on third floor and the louver, motorized damper and controls on the fifth floor. Provide weather seal at all exterior locations. Connect system to fire alarms and Energy Management Control System (EMCS) and test the facility's entire fire alarm system for proper operation. Work will be performed inside the Air Traffic Control Tower which is considered a critical facility and a secured area. A free zone will need to be established for the working area. Only authorized personnel will be permitted into area. All personnel must be vetted by 45 SFS and added to an Entry Authority List (EAL) for access into the facility. This is a manned facility and will remain fully operational throughout the duration of this project. Due to the critical nature of the work location, all work pertaining to this contract shall be completed with minimal disruption to the operation of building 1317. The applicable NAICS Code and size standard for this acquisition are 236220/$36.5M. The minimum task order amount is $50,000.00 and the maximum amount is $4M. The solicitation is set-aside for Service-Disabled Veteran-Owned Small Business Concerns. Contract award will be based on a best value analysis using Lowest-Price Technically Acceptable (LPTA) procedures. Interested parties should register on-line and subscribe to receiving procurement announcements related to this solicitation by entering the website at www.fbo.gov. There will be no paper copies of this solicitation. All solicitation information may be obtained through the above referenced website. Any questions related to this solicitation must be submitted in writing; via email to the Contract Specialist Ms. Kimberly Horner, email: Kimberly.Horner@us.af.mil (321) 494-0447, and Contracting Officer Benjamin Crafton, email: Benjamin.Crafton@us.af.mil (321) 494-9941, or facsimile to 321-494-6193. Construction magnitude initial requirement: Between $100,000 to $250,000 dollars. Period of Performance Initial Requirement: 90 days from Notice to Proceed. The Request for Proposal will be available by Electronic Transmission only at: http://www.fbo.gov. Potential offerors must be currently registered in the System for Award Management to be eligible for award. (See Internet Site: http://www.sam.gov). Payment for this acquisition will be made through the Wide Area Workflow (WAWF) System. Contractors must be registered in WAWF, see internet site: https://wawf.eb.mil for registration. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNTIL FUNDS ARE AVAILABLE TO MAKE PAYMENTS UNDER A CONTRACT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER RFP CLOSING, WITH NO OBLIGATION TO THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-R-0031/listing.html)
 
Place of Performance
Address: 45 CONS/LGCAA, 1201 Edward H White II Street, Patrick AFB, Florida, 32925-3237, United States
Zip Code: 32925-3237
 
Record
SN03779646-W 20150701/150629235002-208f2e31fb943a66504b1483f1380f22 (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.