Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

Z -- FTEV 14-1043__Upgrade Life Safety, Fire Suppression and Fire Alarms Bldgs 90710/90711

Notice Date
2/11/2016
 
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
FA4417-16-R-0010
 
Point of Contact
Jesse M. Capik, Phone: 8508841252, Shawn Edwards, Phone: 8508843364
 
E-Mail Address
jesse.capik@us.af.mil, shawn.edwards.14@us.af.mil
(jesse.capik@us.af.mil, shawn.edwards.14@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This project is being solicited under AFFARS MP5332.7. FAR clause 52.232-18, Availability of Funds will be incorporated into the solicitation. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." This synopsis is for the Upgrade Life Safety, Fire Suppression and Fire Alarms Bldgs 90710/90711 located on Hurlburt Field, FL. The contractor shall furnish all labor, materials, tools, supervision, and equipment to perform all operations necessary to accomplish all work complete in place, as shown on project drawings and specifications: FTEV 14-1043. Note that subsequent investigation has determined that this project will remove existing fire pumps and not replace them, the water supply is adequate to support the new fire suppression system without requiring new fire pumps. The general work includes, but not limited to, the following principal features: (1) The project site has been identified to be within an IRP (Installation Restoration Program) site, with potential contaminated soils. There are existing monitoring wells, identified in a diagram included in an appendix to the project specifications. The contractor will locate and protect these wells and notify the Contracting Office if suspect soils are encountered; (2) The fire pump building 90711 will be demolished in it's entirety and disturbed area graded and sodded under this contract; (3) Selective demolition of office structures and supporting utilities inside the warehouse 90710 is required; (4) Construct new fire-rated office facilities inside warehouse 90710; (5) Structural systems for the proposed project include a new interior constructed office spaces located inside existing structures; (6) The Fire Suppression scope of this project includes demolishing the existing pump house Building 90711 and all dry pipe fire sprinkler risers in Building 90710. All six of the warehouse dry pipe systems shall be replaced with wet pipe fire sprinkler systems to protect the facility; (7) The Plumbing system will include the removal of all existing plumbing fixtures and the installation of new fixtures in Building 90710 as indicated on the drawings to provide a fully functioning system; (8) The HVAC system will consist of multiple split system heat pumps with auxiliary strip heat to condition the new offices within the existing warehouse building; (9) Electrical system work consists of installing new panels in the new office areas, the panels will be fed from existing electrical distribution panels. New power and lighting devices will only be installed in the new office areas; (10) Fire Alarm work consists of removing the existing fire alarm system and expanding the existing fire alarm/mass notification system throughout the entire facility, to include the two story office building; (11) Communications system work consists of installing new backbone fiber and copper cable from the existing main communication room to the new communication rooms. This acquisition will be set aside for HUBZone Small Business offerors only. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $36.5M. This contract will be awarded in accordance with FAR Part 15, Negotiated Procedures. The Government reserves the right to award a contract to other than the low proposed price. Performance period is 328 calendar days. The contract will be a single award, Firm-Fixed-Price type contract. Two (2) contract line item numbers (CLINs) will be incorporated into the contract. One (1) CLIN for the Construct FTEV 14-1043 in accordance with (IAW) Drawings/Specifications; One (1) CLIN for the Communications portion. Estimated magnitude for the total project is between $1,000,000 and $5,000,000. Payment and performance bonds will be required within ten (10) days of contract award. The work is required in support of the 1st Special Operations Civil Engineer Squadron. The issuance date for this solicitation is projected to be on/about 02 March 2016. Prospective contractors must be registered in the System for Award Management (SAM) Database prior to award of a government contract. Offerors are further advised that failure to register in the SAM 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/FA4417-16-R-0010/listing.html)
 
Place of Performance
Address: Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN04017894-W 20160213/160211234451-5a917723a2e983f982b396f20f9f7d19 (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  © 1994-2020, Loren Data Corp.