Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOLICITATION NOTICE

Z -- F35 Fuel Cell Maintenance Facility

Notice Date
5/11/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-18-B-C009
 
Point of Contact
Robert J. Bolcavge, Phone: 9073771635, Rachel Oldfield, Phone: 9073773506
 
E-Mail Address
robert.bolcavage@us.af.mil, rachel.oldfield@us.af.mil
(robert.bolcavage@us.af.mil, rachel.oldfield@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The work includes reconfiguration of the existing administrative space, construction of new locker rooms/restrooms, replacement of the existing fire alarm and aqueous film-forming foam (AFFF) suppression systems, conversion of the existing restrooms into a new fire pump room, renovation of the existing hangar door, and supporting mechanical and electrical system improvements and incidental related work. Construct new office area to provide space for two private offices of approximately 145 and 63 square feet respectively, seven open office work stations, natural daylight from exterior windows, radio equipment storage/charging station, printer station and five full height lockable book cases for manuals, and fire rated viewing window into fuel cell hangar bay. Construct new locker rooms (one female and one male) to include a single shower in each locker room, two water closets and urinal for men's and one water closet for women's, and a single lavatory for each sex. Install 12 X 18 full height lockers at a ratio of 6/28 with perforated faces for ventilation. Locker rooms to provide separate men's and women's changing and showering areas. Construct new break room with seating for approximately 8‐10 personnel, including approximately 8 linear feet of casework with sink and natural daylight. Renovate interior corridor to provide view windows into hangar area for monitoring of hangar without being physically present in work area. Renovate hangar door, including replacement of all moving components, including the counterweights. Actual weight of the counterweight will be determined by the contractor as they will be required to field verify the hangar door weight and adjust the weight of the counterweights. Detailed description of work is included in Section 08 36 18 of the specifications. Demolish the entire existing aqueous film-forming foam (AFFF) fire suppression system in the hangar bay and replace with a code compliant high expansion foam (HEF) and a preaction system as required by Unified Facilities Criteria (UFC) 4-211-01). AFFF meets the definition of hazardous material. Handling and transportation shall be in accordance with applicable federal, state, and Installation regulations as applicable. A detailed description of work is included in Section 21 13 20.00 20 of the specifications. HEF discharges shall be treated as a spill and reported as such. A detailed description of work is included in Section 21 13 20.00 20 of the specifications. Demolish the existing restrooms and convert the space to house all fire protection equipment. This room is required to be one-hour fire rated and have access to the exterior. Convert the existing dry pipe system serving the support spaces of the building to a wet pipe system. The existing dry pipe system shall be flushed prior to filling with water to serve the wet system. Existing sprinkler piping serving support spaces to remain unless required to be modified to accommodate architectural renovations. New sprinkler heads shall be installed on existing converted system. Install a new fire alarm system and mass notification system. Demolish and replace the existing HVAC, plumbing, electrical and telecommunications systems system as noted in the plans and specifications. Install a separate electrical service to the fire pumps. All work is to be done at Eielson AFB, AK. The Government is contemplating a Firm Fixed Price (FFP) Sealed Bid contract for the Electrical modification and upgrade project. The estimated magnitude is between $1,000,000 and $5,000,000 IAW FAR 36.204 (f). This posting is a pre-solicitation to inform potential vendors and is issued solely for informational and planning purposes. This posting is not an Invitation for Bids or a Request for Proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this pre-solicitation; all costs associated with responding to this pre-solicitation will be solely at the interested party's expense. Not responding to this pre-solicitation does not preclude participation in any future IFB, if one is issued. If a solicitation is released, it will be synopsized on the FedBizOps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The U.S.A.F. is requesting the following information from interested vendors: • Company name and contact information to include phone number and email. • Contractor capability statement. • DUNS number and CAGE code. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business,veteran-owned small business, service disabled veteran-owned small business) based upon North American Industry. Classification System (NAICS) code 236220, size standard of $36.5M. Interested parties should send above information via email to BOTH robert.bolcavage@us.af.mil and rachel.oldfield@us.af.mil. Phone calls will NOT be accepted in response to this pre-sol icitation. Interested parties are encouraged to register with this pre-solicitation. An actual solicitation is expected to be issued within the next 30 days. The due date and time for submission of bids will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specification and/or drawings, will be made available only on the Federal Business Opportunities Web Site at https://www.fbo.gov/. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management (SAM) at https://www.sam.gov/. Bidders may obtain information on registration and annual confirmation requirements via the internet at http//:fsd.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-18-B-C009/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04919975-W 20180513/180511230927-ec525b3748a56406d42d5fa62c539f65 (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.