SOLICITATION NOTICE
Z -- FALL PROTECTION SYSTEM for BUILDINGS 9 & 130
- Notice Date
- 7/9/2020 12:37:27 PM
- Notice Type
- Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
- ZIP Code
- 89501-4494
- Solicitation Number
- W50S8C-20-B-0002
- Response Due
- 7/22/2020 2:00:00 PM
- Archive Date
- 08/06/2020
- Point of Contact
- Alex T. Norris, Phone: 7757884663, Brian Stanton, Phone: 7758877825
- E-Mail Address
-
alex.norris@us.af.mil, brian.l.stanton.civ@mail.mil
(alex.norris@us.af.mil, brian.l.stanton.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- RFI 0002: 1. Without more information it is unclear if the existing tube heaters in building 9 can be relocated. Please provide additional mechanical sheets to the bid docs, with an accurate equipment selection for the Tube Heater being relocated. Along with mechanical details showing the design intent of relocating the tube heaters. Answer:��In review of the drawings, page 3 notes 2-5 indicate the modification extent for the radiant tube heaters in building 9. The specifications page 159 section 1.4.1.d indicate �The radiant heat�system will require modification to permit installation, operation and safety for the fall protection systems, and shall be coordinated with the� manufacturer.��The as-builts for building 9 are now available on beta.SAM with the solicitation. The as-builts page 3 refer to the mechanical and page 7 refers to the radiant heat.� The previous answer to RFI 0001 indicates two manufacturers, after clarifying the only manufacturer, CO-Ray-VAC Model #CRV-AC system, should be of concern for this project. _______________________________________________________________________________________________ An additional optional site visit will be avaiable on Tuesday 14 July 2020 starting at 9:00 AM PST at the same location identifed in the solicitation:�Air�National Guard Base, Civil Engineering Building 88, Room B, 1776 National Guard Way, Reno, NV 89502-4415. Please ensure to complete and submit the�Base Access Personal Security�Questionnaire prior to attending.� Amendment 0001: Due to the government circumstances and to ensure adequate competition. This soliciation is extended to the new due date as addressed on�this amendment. Alternate bids/proposals are authorized for submission. ________________________________________________________________________________________ RFI 0001: 1. What is the make of the tube heaters in Building 9? Answer:�Manufacturer of the referenced heaters is�Marley Engineered�Products. Additional heaters in the Building 9 hangar space: Manufacturer is CO-Ray-VAC Model #CRV-AC.. All other solicitation data remains unchanged. _____________________________________________________________________________________________ The Nevada Air National Guard located in Reno, NV and the USPFO for Nevada intend to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to install personnel fall protection systems in Bldg 9 and in Bldg 130, which currently serves as C-130 hangars, along with incidental related work. All fall protection systems will be overhead mounted, rigid rail systems. The fall protection systems will accommodate 4 to 6 persons working simultaneously over the wings, fuselage, and horizontal stabilizers. The system will be a usable and certified Rigid Rail Fall Restraint System (RRFRS). The fall restraint system design and installation shall be designed for the C-130 aircraft and integrated with mechanical, electrical, fire protection, and all other building systems installed in the two hangar facilities. The same system, products and components shall be provided for both hangar facilities. Place of performance is 152 CES, NVANG Base 1776 National Guard Way, Reno, Nevada 89502-4415. Construction/contract completion time is anticipated to take approximately 120 days after notice to proceed to include inspection and punch list. Work shall be performed in accordance with the plans and specifications. This project is being solicited as a Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 238290, and the Small Business Size Standard is $16,500,000.00 in Average annual receipts for the past three years. Construction project magnitude is between $250,000 and $500,000. Firms who intend to submit a bid are strongly encouraged to attend the Pre-Bid Conference. See Section 00100 for location and date. All documents, and the plans and specifications for this solicitation will be available only from the Federal Business Opportunities website on-line at https://beta.sam.gov/. No telephone requests will be accepted. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://beta.sam.gov/. Contractors should check this website frequently for updates/amendments to this solicitation.. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://beta.sam.gov/ website with solicitation number W50S8C-20-B-0002. The Government intends to award without discussions. Award will be made to the responsible bidder whose bid conforms to the invitation for bids and is most advantageous to the Government considering only price and price related factors.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9cd78740da33403a80e92a299ee1e0f6/view)
- Place of Performance
- Address: Reno, NV 89502-4415, USA
- Zip Code: 89502-4415
- Country: USA
- Zip Code: 89502-4415
- Record
- SN05716303-F 20200711/200709230141 (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 |