SPECIAL NOTICE
J -- Upgrade Fire Training Facility
- Notice Date
- 9/21/2017
- Notice Type
- Special Notice
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Maxwell-F2X3C77240A001
- Archive Date
- 10/11/2017
- Point of Contact
- Marco Antonio G. Castaneda, Phone: 334-953-7461, Joshua D. Williams, Phone: 334-953-7461
- E-Mail Address
-
Marcoantonio.Castaneda.ph@us.af.mil, joshua.williams.23@us.af.mil
(Marcoantonio.Castaneda.ph@us.af.mil, joshua.williams.23@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 42nd Contracting Squadron at Maxwell AFB, AL hereby gives NOTICE OF INTENT TO AWARD A SOLE SOURCE to Jahnke & Sons Construction, Inc., DBA WHP Training Towers, to provide 42 CES/CEF Upgrade Fire Training Facility Services in accordance with (IAW) the attached Statement of Work (SOW). Brief Description of Requirement: Replacement of existing doors, frames, and hardware along with other options for the Fire Training Burn House Maxwell-Gunter AFB, AL. Period of Performance: To be completed NLT 60 days after contract award. Place of Performance: Maxwell AFB, AL. The North American Industry Classification System (NAICS) code is 238990, Speciality Trade Contractors. There will be no written solicitation issued. This is an intent to purchase a sole source procurement under the authority of FAR 6.302-1. This will be a Firm-Fixed Price (FFP) contract utilizing Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The contractor needs to be registered in the DoD System for Award Management (SAM). Register via the SAM website https://www.sam.gov, and also be eligible to process invoices through Wide Area Workflow (WAWF). Register via the WAWF website https://wawf.eb.mil. Those capable of meeting the requirement IAW the SOW, attached below, are requested to provide the following information in their response: 1) Current capability that demonstrates your company's ability to meet the above requirement, 2) Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size, Cage Code and DUNS number. IMPORTANT NOTES: 1) Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. 2) Respondents may respond via e-mail no later than 26 Sep 17, 4:00 pm, Central Standard Time (CST) to SrA Marco Castaneda, marco_antonio.castaneda@us.af.mil ; (334) 953-3879 or Ms. Paula Reinhard at paula.reinhard@us.af.mil ; (334)-953-6569. If no responsible, responsive offers are received by the above date, a sole source contract will be issued to Jahnke & Sons Construction Inc. under the authority of FAR 6.302-1. STATEMENT OF WORK 42 CES/CEF Maxwell AFB AL 36112-6523 AF FORM 9# F2X3C77237A001 DATE: September 21, 2017 Scope: This Statement of Work defines the requirements for providing Maxwell-Gunter Fire Emergency Services Flight with a contractor to complete work request. 1.0 Background: Replacement of existing doors, frames, and hardware along with other options for the Fire Training Burn House Maxwell-Gunter AFB, AL. 2.0 Description of Requirement 2.1 General: Contractor should/must be trained and have experience in providing this type of service. All installations shall be IAW with National Fire Protection Association (NFPA), Air Force, Department of Defense, and American Society for Testing and Materials International (ASTM). 2.1.1 Replacing existing doors and broken padgenite panels at the fire burn house on Maxwell AFB to ensure that during training evolutions that first responders are training in a safe facility. 2.2 Work Scope: 1. Door and Shutter Maintenance: A. Replace (11) eleven damaged doors with (WHP5301) doors B. Replace damaged double doors with single (WHP5301) door C. Add (2) two (POWERJAMB) forcible entry props D. Adjust (7) seven burn room window shutters for security and proper closure 2. Exterior Stair Modification: A. Seal and apply grout packing to the exterior stair columns at (4) four locations b. Modify existing stair columns to include weep holes for water drainage 3. Padgenite 1 Thermal Lining Panels*: a. Supply (20) twenty (WHP6102) 2'X4'X1" Padgenite 1 Thermal Lining Panels b. Supply (2) two packages of WHP (1052) panel fasteners c. Supply (1) one quart of water proofing chemical (WHP6305) 3. Contractor Responsibilities: 3.1 Ensure vertical edges will join the face sheets by a continuous weld extending the full height of the door. Welds are grounded, filled to make them invisible and provide a smooth flush surface. 3.2 Hinge reinforcement to be not less than 7 gauge (3/26") plate 1 ¼" x 9". 3.3. Reinforce tops and bottoms of all doors with continuous steel channel not less than 16 gauge, extending the full width of the door and welded to the face sheet. Doors with an inverted top channel shall have a steel closure channel screwed or welded in place so the web of the channel is flush with the top of the face sheets of the door. Plastic fillers are NOT ACCEPTABLE. Seams around the perimeter of the top channel shall be caulked water tight with paintable urethane caulk. 3.4 Doors cores - Insulated doors to have 20 gauge vertical steel stiffeners spanning the full thickness of the interior space between door faces. Stiffeners are spaced no more than 6: apart and attached by spot welds spaced not more than 5" on centers. Spaces between stiffeners are to be filled with fiberglass insulation (minimum density 0.8#/cubic ft.). 3.5 Steel Door Frames materials and hardware to be 16 gauge hot dipped zinc coated steel that complies with ASTM designations A924 A 60. All frames to be knock-down type and are assembled so that the face miter seam is closed and tight. Anchors shall be tube and strap type. Vertical jambs shall be punched and dimpled to receive three3/8" flat head machine screws (6 per frame) of suitable length to accommodate the jamb profile and wall construction. Machine screws shall be fastened with 3/8" locking nuts to prevent jambs from working loose. Each framed opening shall be provided with drip lip header. 3.6 Door hardware will be stainless steel, ball bearing door hinges that conform to American National Standards Institute (ANSI) A5111. All locksets shall be keyed alike and conform to ANSI A156.2 Series 4000, Grade 2, Passage latches conform to ANSI A156.2 Series 4000, Grade 2. Strikes conform to ANSI A156.2, Dual adjustable ball catches conform to ANSI A156.2 B23013, 4 1.2" door pulls conform to ANSI A156.2, Auxiliary Springs conform to ANSI K87454, High-temperature door sweep supplied on all doors. 3.6 Doors and Frames will be painted and have new hardware including hinges, lockset, strike, mounting bolts and high-temperature sweep. Cost will be added to Demo existing 8 doors and installation of 8 new doors and 1 pyrometer. 4.0 MAXWELL-GUNTER FIRE DEPARTMENT RESPONSIBILITIES : 4.1 A joint quality assurance inspection will be conducted prior to system turn over and system operability testing conducted. 4.2 If escorts are required to controlled areas, then they shall be provided by the Base.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/Maxwell-F2X3C77240A001/listing.html)
- Place of Performance
- Address: Montgomery, Alabama, 36113, United States
- Zip Code: 36113
- Zip Code: 36113
- Record
- SN04688022-W 20170923/170921231221-7ff2fd2c436acabd867567b641f1cf0d (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 |