Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

Y -- Renovate 2nd Floor of Hangar 70 & Upgrade HVAC System

Notice Date
5/15/2017
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA301617R0061
 
Archive Date
6/14/2017
 
Point of Contact
Edwin Dela Cruz, Phone: 210.652.8879, Jon Sanders, Phone: 210-652-9103
 
E-Mail Address
edwin.delacruz.1@us.af.mil, jon.sanders.2@gmail.com
(edwin.delacruz.1@us.af.mil, jon.sanders.2@gmail.com)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
The work includes all labor, materials, supplies, tools, equipment, supervision and all other items needed and necessary for the design and for the renovation of the 2nd floor and replacement of the HVAC system, Hangar 70, JBSA-Randolph. All work shall be accomplished in accordance with UFCs 1-200-01, 1-200-02, 3-520-01, NFPA 101, 70E, 70, 72, AFI 32-1065, and all other applicable codes and directives as may apply. The scope includes demolition and renovation work necessary to include but not limited to flooring, ceiling, painting of walls, ceiling, removal / replacement and repair of HVAC system with some demolition / replacement of duct work, controls, diffusers, grills and other components such as air handlers and condenser, re-configuration / replacement of lighting outlets, conduits, testing / remediation of lead based paint and asbestos in the work area. Consideration and determinations shall also be made concerning fire suppression and alarm systems. The Contractor shall conduct testing as necessary to support the design and construction effort and may include but is not limited asbestos and or lead based paint sampling/analysis, etc. All work shall be in accordance with JBSA general requirements to include color and historical schemas. The Contractor shall accomplish all tasks required for this project to provide a safe, fully functional, completely finished and operating system ready for immediate use by the Government. Design and work objectives include, but not limited to: (a) Relocation, securing of all equipment, incidentals and other times necessary for the renovation. (b) Determination of requirements and if required, installation of Fire alarm, detection, and suppression systems and/or components. Review of UFC 1-200-01, 3-600-01 and NFPA Code as a minimum is required. (c) Remove and demo existing floor tiles and raised floor, base, cove base, electrical circuits, receptacles and communications throughout the construction area. Prepare all floor areas for new finishes and provide and install all new flooring in office area (customer will pick color and style), similar to Karndean Loose Lay color (Stamford). (d) Demolish and replace all surface mounted conduits, wire molls, electrical and data communications outlets, raceways, cables, wiring, and devices such that are re-routed and flush mounted within walls, etc. Demolish existing electrical panel, provide, install and connect new 120/208V, amperage as designed, 20 circuit panel with 20A circuit breakers to supply power to this area. Provide new outlets as required, all circuits to be labeled on receptacle covers and panel. Design load is 16 amperes per circuit. (e) Demolish and replace cement and grid ceiling, replace with new 2'x4' grid ceil with lay-in tile, 2'x2' grid where currently in use, ceiling height to be approximately 8'. Remove and replace all existing lighting fixtures throughout the area, provide and install new recessed LED fixtures to present a centered equally spaced and uniform appearance with adequate lumens throughout the area. New lighting to have emergency battery packs to automatically supply illumination, to 1 lamp per required fixture, in the event of a power failure. At a minimum emergency lighting at each entry/exit door and adequate coverage for the larger area. (f) Demolish / replace existing fire alarm heat detectors with new fire alarm ceiling heat detectors and visual indicating devices in the construction area. New heat detectors and indicating devices shall be compatible with current system. (g) Prepare all wall surfaces, to include any fur outs, and all doors in the construction area. Patch and fill all voids and provide and apply new lite texture and make ready for painting. Apply one coat of primer and two coats paint throughout the project construction area to create a new finish. All paint shall meet all federal specification and all paint colors shall meet JBSA-Randolph color schemes. Some walls shall have accent paint in different colors as selected by customer. (h) Remove the existing HVAC unit and associated duct work, control, and other system components affecting the project area. Replace with new, properly designed and size unit, ducts, and controls, to include possible electrical upgrade requirements. Where duct work extends beyond the area of construction, components may be abandoned in placed. At point of abandonment, opening are to be closed up to prevent intrusion by birds, etc. Provide, install and connect compatible controls with the BASE EMCS for energy monitoring and control. NOTE: The above description of work is for the purpose of general information only and is not intended to include and describe every feature or item of work or to define the scope of work. THIS IS PRE-SOLICITATION SYNOPSIS, NOT A REQUEST FOR PROPOSAL. Any subsequent RFP will be made available electronically via the FedBizOpps (FBO) website ( https://www.fbo.gov ) on or about 30 May 2017. Offerors are responsible for routinely checking the FBO website for any possible solicitation amendments that may be issued. This notice does not commit the Government to award a contract. No collect calls or facsimile transmissions will be accepted. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA301617R0061/listing.html)
 
Place of Performance
Address: Second Floor of Hangar 70 (North Side), Joint Base San Antonio-Randolph, San Antonio, Texas, 78150, United States
Zip Code: 78150
 
Record
SN04509350-W 20170517/170515235503-3b80bef9fc6f1e265751592b59b1bb1a (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.