Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
SOLICITATION NOTICE

56 -- Repair Building Envelope

Notice Date
4/24/2018
 
Notice Type
Presolicitation
 
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
FA2521-18-R-0018
 
Archive Date
5/10/2018
 
Point of Contact
Rhonda Davis, Phone: 3218530981, Patricia Bates, Phone: 321-853-6146
 
E-Mail Address
rhonda.davis.4@us.af.mil, patricia.bates@us.af.mil
(rhonda.davis.4@us.af.mil, patricia.bates@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Competitive 8(a) Single Award IDIQ Task Order Contract Solicitation Number: FA2521-18-R-0018 Project Title: Repair Building Envelope, Single Award Indefinite Delivery Indefinite Quantity, Task Order Contract Classification Code : Z2AA NAICS Code : 236220 Is this a Recovery and Reinvestment Action? NO Primary POC : Rhonda Davis Email : rhonda.davis.4@us.af.mil Phone : (321) 853-0981 Fax : (321) 853-0904 Secondary POC : Patricia A. Bates Email : patricia.bates@us.af.mil Phone : (321) 853-6146 Fax : (321) 853-0904 PRE-SOLICITATION NOTICE : This is NOT a request for proposal. The 45th Contracting Squadron, Patrick AFB, FL announces the anticipated release of solicitation number FA2521-18-R-0018 for a Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract in support of the 45th Space Wing (45 SW) at Patrick Air Force Base and Cape Canaveral Air Force Station, Malabar, and other locations in Brevard County and Martin County, FL. The minimum task order amount will be $15K and Contract Ceiling of $4.5M. Contractor will be required to provide all labor, materials, and equipment necessary to remove and replace damaged building envelope components. Provide all accessories necessary for a complete and usable paint, window, wall siding, and roofing systems to include but not be limited to demolition, water proofing, temporary roof repairs, wall finish repairs, wall coatings, building component asbestos abatement, lead paint abatement, building component/cladding repair, window repair, window replacement, lightning protection system repair/replacement, shingle roof repair, tile roof repair, and roof access ladder installation. All applicable provisions and clauses will be included in the actual solicitation. This electronic announcement constitutes the only pre-solicitation being issued. The Solicitation will be set-aside for competition amoung 8(a) firms and the assigned NAICS 236220. The NAICS 236220, Commercial and Institutional Building Construction supports the construction (including new work, additions, alterations, 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. Size Standard for NAICS 236220 is $36.5M. EMERGENCY RESPONSE REQUIREMENT Contract will include an Emergency Response Requirement for emergency repairs for damages related to, including but not limited to, tornado, sink hole, hurricane, tropical storm, extreme wind conditions, and security incident damages. The resultant contract will have a 36-month ordering period, with an anticipated contract start in July 2018. The anticipated solicitation release date is 10 May 2018. Contract basis for award will be based on a Low Price Technically Acceptable (LPTA) Source Selection Procedures. Interested parties should register online and subscribe to receiving procurement announcements related to this solicitation by entering the website at www.fbo.gov. Potential offerors must be currently registered in System for Award Management to be eligible for award. (See http://www.sam.gov ). There will be no paper copies on this solicitation. All solicitation information may be obtained through the above-referenced website. Payments 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. A DRAFT Table of Contents for the Specification is as follows: DIVISION 01 - GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK 01 33 00 SUBMITTAL PROCEDURES 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS 01 42 00 SOURCES FOR REFERENCE PUBLICATIONS 01 45 00 QUALITY CONTROL 01 57 20 ENVIRONMENTAL PROTECTION 01 74 19 INTEGRATED SOLID WASTE MANAGEMENT 01 77 00 CLOSEOUT PROCEDURES DIVISION 02 - EXISTING CONDITIONS 02 41 00 SELECTIVE DEMOLITION 02 82 13 ASBESTOS ABATEMENT 02 83 13 LEAD IN CONSTRUCTION DIVISION 03 - CONCRETE 03 01 30 CONCRETE REHABILITATION 03 51 00 ROOF DECK REPLACEMENT, CAST-IN-PLACE GYPSUM CONCRETE 03 51 00 INSULATING, CAST-IN-PLACE LOW DENSITY CONCRETE DIVISION 04 - MASONRY 04 01 20 MAINTENANCE OF UNIT MASONRY 04 20 00 MASONRY DIVISION 05 - METALS 05 30 00 STEEL DECKS 05 40 00 COLD-FORMED METAL FRAMING 05 50 00 METAL FABRICATIONS 05 51 00 METAL STAIRS 05 51 33 METAL LADDERS 05 52 13 PIPE AND TUBE RAILINGS 05 53 00 METAL GRATINGS DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06 10 00 ROUGH CARPENTRY 06 71 33 FIBERGLASS REINFORCED PLASTIC (FRP) LADDERS 06 73 01 FIBERGLASS REINFORCED PLASTIC (FRP) GRATING 06 82 14 FIBERGLASS REINFORCED PLASTIC (FRP) PIPE AND TUBE RAILINGS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 01 50 PREPARATION FOR RE-ROOFING 07 01 50.82 MODIFIED BITUMINOUS ROOFING REPAIRS 07 14 16 COLD FLUID-APPLIED ROOFING SYSTEM 07 22 16.22 ROOF BOARD INSULATION (POLYISOCYANURATE) 07 22 16.23 ROOF BOARD INSULATION (EXPANDED POLYSTYRENE) 07 31 13 ASPHALT SHINGLES 07 32 00 CONCRETE AND CLAY TILE ROOFING 07 41 13 METAL ROOF PANELS 07 41 33 FIBERGLASS REINFORCED PLASTIC (FRP) ROOF PANELS METAL 07 42 13 METAL WALL PANELS 07 42 33 FIBERGLASS REINFORCED PLASTIC (FRP) WALL PANELS 07 52 16.14 SBS MODIFIED BITUMINOUS MEMEBRANE ROOFING HOT- MOPPED ASPHALT APPLIED 07 52 16.15 SBS MODIFIED BITUMINOUS MEMBRANE ROOFING-TORCH APPLIED 07 54 23 THERMOPLASTIC MEMBRANE ROOFING 07 62 00 SHEET METAL FLASHING AND TRIM 07 72 00 ROOF ACCESSORIES 07 84 00 FIRESTOPPING 07 92 00 JOINT SEALANTS DIVISION 08 - OPENINGS 08 11 16 ALUMINUM DOORS AND FRAMES 08 56 53 BLAST RESISTANT TEMPERED GLASS 08 61 00 ROOF WINDOWS AND UNIT SKYLIGHTS 08 71 00 WINDOWS DOOR HARDWARE 08 81 00 GLAZING 08 91 00 METAL WALL LOUVERS DIVISION 09 - FINISHES 09 22 00 SUPPORTS FOR PLASTER AND GYPSUM 09 24 23 BOARD STUCCO 09 29 00 GYPSUM BOARD 09 51 00 ACOUSTICAL CEILINGS 09 90 01 EXTERIOR PAINTING 09 90 02 INTERIOR PAINTING DIVISION 22 - PLUMBING 22 05 00 GENERAL PLUMBING 22 14 26.13 REQUIREMENTS ROOF DRAINS 23 05 00 GENERAL MECHANICAL REQUIREMENTS DIVISION 23 - HEATING, VENTILATION, AND AIR CONDITIONING 23 05 00 GENERAL MECHANICAL REQUIREMENTS DIVISION 26 - ELECTRICAL 26 00 00 GENERAL ELECTRICAL REQUIREMENTS 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 26 41 13 LIGHTNING PROTECTION SYSTEM DIVISION 32 - EXTERIOR IMPROVEMENTS 32 13 14 CONCRETE FOR SMALL PROJECTS Any questions related to this solicitation must be submitted in writing via email to Rhonda Davis, rhonda.davis.4@us.af.mil (321) 853-0981, or the Contracting Officer, Patricia A. Bates, patricia.bates@us.af.mil (321) 853-6146.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-18-R-0018/listing.html)
 
Place of Performance
Address: Patrick AFB and Cape Canaveral Air Force Station, Patrick AFB, Florida, 32925-2206, United States
Zip Code: 32925-2206
 
Record
SN04899093-W 20180426/180424230451-966226322af4be4534adb82d3c84f65c (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.