Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOLICITATION NOTICE

Z -- Design-Build Contruction Addition - Synopsis

Notice Date
7/15/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-15-R-0046
 
Archive Date
8/14/2015
 
Point of Contact
Jamal P. Craft, Phone: 850-884-6200, Robert E. Burns, Phone: 8508842036
 
E-Mail Address
jamal.craft@us.af.mil, robert.burns.40@us.af.mil
(jamal.craft@us.af.mil, robert.burns.40@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Synopsis for FA4417-15-R-0046 SYNOPSIS REQUEST FORM DATE: _15 July 2015_____ CONTRACTING OFFICER APPROVAL: ______________________ Type Synopsis Requested: P - Pre-Solicitation (Circle Alpha) A - Award R - Sources Sought M - Modification - Type Mod: (Circle Alpha) P - Procurement A - Award R - Sources Sought N - Special Notice Supply or Services Classification Code: Z Subject of Synopsis: Design-Build, Construct Addition Bldg. 90020, project FTEV 15-1069 IFB/RFP Number: FA4417-15-R-0046 Estimated Response Date or Bid Opening Date: 07/30/2015 MO/DY/YR Contact Points: (Contract Person(s), Title, Phone Number(s)) Jamal Craft, Contract Specialist, 850-884-2213 Robert Burns, Contracting Officer, 850-884-2036 Contract Award Number: N/A Contract Award Dollar Amount: N/A Contract Line Item Number: N/A Contract Award Date: _N/A_______________ MO/DY/YR Contractor: (AWARDS ONLY - Name and address of the contractor.) N/A Description: This synopsis is for the design and build of a 3,000 sq. ft. addition to Bldg. 90020 on Hurlburt Field, Fl. The addition on the southeast corner of building 90020 is to accommodate a 42 seat classroom/multi-purpose lab. The contractor shall furnish all labor, materials, tools, supervision, and equipment to perform all operations necessary to accomplish all work as shown on the drawings and specifications. The general work includes, but not limited to; addition being constructed utilizing a slab on grade supplemented by grade beams, pile caps, and auger cast concrete pilings. The roof structure shall be comprised of steel beams and open-web steel joists with corrugated metal deck supported by steel tube columns. Exterior wall construction is to be of galvanized metal studs with exterior finish of concrete masonry veneer to match existing construction. Interior finishes shall be gypsum board on galvanized metal stud framing. Floor shall consist of a recessed concrete slab with computer access flooring elevated 12" above slab to match existing conditions. Ceilings shall be composed of suspended 24"x24" acoustical ceiling tiles. Roofing shall be standing seam metal roof to match existing over rigid cover board, ice/water shield, and R-30 rigid insulation to provide the required thermal value at the roof. The connection to the facility shall be through Lab 10 and the new addition will be considered a part of the classified "open storage" area of the building. The addition's fire alarm/MNS, access control, and security system will be integrated into building 90020 existing systems. Communication requirements include computer LAN connections and an exterior antenna. The design period will be 60 days and will include 65% and 100% submittals. Performance period for the build phase is 305 days; thus the entire performance period will be 365 days. This acquisition will be set aside for firms certified as being in the Historically Underutilized Business Zone Program (HUBZone). The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard $36.5M. The contract will be awarded in accordance with FAR Part 15, Negotiated Procedures. Estimated magnitude for this project is between $500,000.00 and $1,000,000.00. Payment and performance bonds will be required in support of the 1st Special Operations Civil Engineer Squadron. The issuance date for this solicitation is projected to be on or about 30 July 2015. Prospective contractors must be registered in the Systems for Award Management (SAM) www.sam.gov prior to award of a government contract. Offerors 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 order to be eligible for timely award. This solicitation will be available ONLY via the Internet at the following address: http://www.fbo.gov. For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. NO paper copies of the solicitation will be furnished.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-15-R-0046/listing.html)
 
Place of Performance
Address: Hurlburt Field, Hurlburt Field, Florida, FL, United States
 
Record
SN03797465-W 20150717/150715235207-b325f47943cd003fab60bfd49c62f08d (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.