Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOLICITATION NOTICE

Z -- CP1033735, SOF Alter STTS Vehicle/Watercraft Maintenance Areas, Bldg. 90540

Notice Date
5/20/2020 2:05:19 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4417 1 SOCONS LGC HURLBURT FIELD FL 32544-5810 USA
 
ZIP Code
32544-5810
 
Solicitation Number
FA441720R0004
 
Archive Date
10/31/2020
 
Point of Contact
Marlena Perez, Phone: 8508844941, Jaysen Cortez, Phone: 8508843364
 
E-Mail Address
marlena.perez@us.af.mil, jaysen.cortez.1@us.af.mil
(marlena.perez@us.af.mil, jaysen.cortez.1@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This project is being solicited under AFFARS MP5332.7. 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. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This synopsis is to alter Building 90540, Special Tactics & Training Squadron's (STTS) Vehicle/Watercraft Maintenance (Mx) Areas. This construction project encloses 3 open-air structural bays in an existing maintenance/watercraft storage building. The enclosure materials will include personnel and coiling overhead doors, split-face concrete masonry unit (CMU) and metal trim, matching the existing enclosure. One bay will be an expansion of the existing Dive Shop, and the next 2 bays will be for vehicle maintenance/repairs and will include office space for 3-4 persons, as well as a toilet room with shower. The concrete floors throughout the newly enclosed areas will be prepared and provided with a high-quality fuel-resistant epoxy coating to facilitate cleaning. The project includes enclosing three bays at an existing metal building structure. This will include the addition of new exterior non-load bearing CMU walls which shall be attached to the existing foundation by drilling and epoxying reinforcing steel as required. Integral CMU flanges will be utilized to stabilize the wall to resist out of plane loading. A new opening shall be cut in the existing CMU wall and shall be framed with structural steel framing to support the CMU wall. A new fire suppression system shall be installed in the whole building. The new fire riser will be installed in the new mechanical room. The existing fire alarm devices and Firelite fire alarm control panel (FACP) shall remain. The existing fire alarm control panel shall be used for connection to new devices. New fire alarm horn/strobes and heat detectors shall be installed throughout the new enclosed areas. Additionally, this project will relocate the existing air compressor and add new compressed air piping to the Maintenance Room 104. New fixtures included Americans with Disabilities Act (ADA) water cooler, emergency eyewash/shower station, stand alone service sink, electric 40 gallon water heater and a new Toilet/Shower room that will include an ADA flush valve water closet, an ADA wall hung lavatory and shower. Provide a new backflow preventer in the Mechanical Room 110. The newly enclosed spaces will be climate controlled by new heat pumps units located in a new mechanical room north of the new dive shop space. The vehicle maintenance area will include a vehicle exhaust. The new scuba room will include a thermostatically controlled exhaust fan for temperature ventilation control. The existing panels serving the building will be replaced with larger panelboards. A new 480V, 3 phase feeder will be installed from the adjacent building to serve the existing and added loads. A new 480V-208Y/120 dry type transformer will be installed to serve a larger 208V, 3 phase panel. The existing circuits serving the existing dive shop area will remain and be reconnected. Lighting shall be provided throughout the new enclosed area. The existing non secure Internet protocol router (NIPR) cabinet in the Mech/Elec Room will remain. The existing outlets in the dive shop area will remain. New NIPR outlets will be installed in the new enclosed bay areas. All unclassified communications work area outlets will be served via electrical metal tubing (EMT) conduit to serving cable tray and on to the communications room. All new cabling shall be plenum rated. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $39.5M. This contract will be awarded in accordance with FAR Part 15, Contracting by Negotiation. Additionally, FAR Part 19, Small Business Programs, will be utilized. It is anticipated that this requirement will be 100% set aside for Service-Disabled Veteran-Owned Small Business. The Government reserves the right to award a contract to other than the lowest proposed price. Performance period is 150 calendar days. The contract will be a single award, Firm-Fixed-Price type contract. Estimated magnitude for the total project is between $1,000,000 and $5,000,000. Bid bonds will be required with the proposal. 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 15 June 2020. 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: https://beta.sam.gov. For information on how to register your company, to view or receive updates and notifications to the solicitation, please reference the ""About Contract Opportunities"" link on the beta.sam.gov website home page. NO paper copies of the solicitation will be furnished and electronic submission of proposals is anticipated for this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba5e8466f2dc4c3a923ebd7e405bbee9/view)
 
Place of Performance
Address: Hurlburt Field, FL 32544, USA
Zip Code: 32544
Country: USA
 
Record
SN05664189-F 20200522/200520230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.