Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2021 SAM #7168
SOLICITATION NOTICE

Z -- QUUG 10-1046 RPR Base Supply Roof, Bldg. 402

Notice Date
7/15/2021 5:09:14 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5575 496 ABS PK DA LGC APO AE 09643-6585 USA
 
ZIP Code
09643-6585
 
Solicitation Number
FA557521B0007_RPR_Base_Supply_Roof_Bldg_402
 
Response Due
9/1/2021 1:00:00 AM
 
Archive Date
11/30/2021
 
Point of Contact
Christopher Meyer, Phone: 34955848591, Elia M. Portz, Phone: 34955848017, Fax: 34955848054
 
E-Mail Address
christopher.meyer.31@us.af.mil, elia.portz.3.es@us.af.mil
(christopher.meyer.31@us.af.mil, elia.portz.3.es@us.af.mil)
 
Description
The United States Air Force intends to issue solicitation FA5575-21-B-0007 to solicit proposals for a Firm-Fixed Price contract to Repair Base Supply Roof at Mor�n Air Base. The magnitude of construction for this project is estimated to be between �$500,000 and 1,000,000. U.S. Dollars. The period of performance for this project is estimated at 270 calendar days.� A solicitation package will be available at www.sam.gov on or after 27 July 2021. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Agreement of Defense Cooperation between the U.S.A. and the Kingdom of Spain, Annex 6, Article 1 (5) "" Spanish material, labor, and equipment shall be used whenever feasible and consistent with the requirements"". NOTE: THIS SOLICITATION IS INTENDED ONLY FOR LOCAL SOURCES IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a)(12). LOCAL SOURCES ARE THOSE SOURCES NORMALLY RESIDENT, LICENSED AND REGISTERED TO CONDUCT CONSTRUCTION BUSINESS IN SPAIN. OFFERS FROM NON-LOCAL SOURCES WILL NOT BE CONSIDERED UNDER THIS SOLICITATION. The work includes, but is not limited to: 1.�� �Below are arranged the Base Bid and also 2 additional items that compose the complete design.� 1.1�� �Basic Bid: Replace the roof of the storage hangars. This work shall be carried out in three phase as indicated in the drawings.� 1.1.1�� �Demolition and disassembly works. a.�� �Install protective net below the level of the work. b.�� �Provide protection to the installation and elements as light fixtures, fire detectors, communication antennas and repeaters, and any other device fixed to the roof and its structure.� c.�� �Install a scaffolding platform to protect the unload operations way during the affected phases of the work.� d.�� �Remove roof panels, inoperative elements on roof, flashings, gutters and downspouts. e.�� �.Select, treat, load and transport waste from demolition to an authorized dump or recycle plant. 1.1.2�� �Trabajos de Arquitectura a.�� �Repair existing purling by eliminating the rusting; passivate material application, and/or replacement of those purlins unserviceable for structural actions. b.�� �Eliminate rusting from frame beams and apply passivate material.� c.�� �Install profile extension for fall arresting system anchorage. d.�� �Prepare surface, prime and paint roof frame and purlins.� e.�� �Install stainless steel gutters. f.�� �Install roof panels and translucent panels.� g.�� �Install dynamic exhausters. h.�� �Install flashings. i.�� �Install fall arresting system.� j.�� �Install downspout and connect to the gutters. k.�� �Repair and/or provide splashes.� l.�� �Remove nets, platforms and element protections.� m.�� �Treat and transport to dump waste material from new roof installation. 1.2�� �Additive �tem 1: Replace roof from office area.� 1.2.1�� �Demolition and disassembly works. a.�� �Move office furniture and return to its original position as needed.� b.�� �Provide protection to the installation and elements as light fixtures, fire detectors, communication antennas and repeaters, and any other device fixed to the roof and its structure or to the suspended ceiling.� c.�� �Remove roof panels, inoperative elements on roof, flashings, gutters and downspouts. d.�� �.Select, treat, load and transport waste from demolition to an authorized dump or recycle plant. 1.2.2�� �Architectural works. a.�� �Repair existing purling by eliminating the rusting; passivate material application, and/or replacement of those purlins unserviceable for structural actions. b.�� �Eliminate rusting from frame beams and apply passivate material.� c.�� �Prepare surface, prime and paint roof frame and purlins.� d.�� �Install stainless steel gutters. e.�� �Install roof panels.� f.�� �Install lateral ventilation grilles. g.�� �Install flashings. h.�� �Install fall arresting system.� i.�� �Install downspout and connect to the gutter. j.�� �Repair and/or provide splashes.� k.�� �Remove element protections.� l.�� �Treat and transport to dump waste material from new roof installation. 1.3�� �Additive �tem 2: Install motorized retractable awning over East load dock.� 1.3.1�� �Architectural works. a.�� �Install anchorage plate for exterior awning profile. b.�� �Install rolling awning type cassette. 1.3.2�� �Electrical Works. a.�� �Install connection box and conduit for motorization and awning sensors. b.�� �Install temperature, wind, precipitation and brightness sensors.� c.�� �Install interior awning control panel. d.�� �Connect the motorization system and control panel to the electric circuit at sectional door connection box. e.�� �Provide remote control for awning motorization.� f.�� �Perform testing operation of motorization and sensors program. g.�� �Provide instruction and operation manual.� 1.4�� �Delivery of As-Built drawings. 1.5�� �Delivery of spatial data. . The certification requirements are as follows: CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the ""Registro Oficial de Licitadores y Empresas Clasificadas del Estado"", covering the following groups, subgroups, and categories. The certificate holder must execute the activities related to the certificate. �Group� � � � Subgroup� � � Category �� �C� � � � 1, 2, 3, 4, 7 & 9� � � �2 � � �I� � � � � � � � ��� 6� � � � � � � � � 2 It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.fbo.gov , frequently for any new postings that may have been made.� The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. In order to be awarded a contract by the U.S. Government, the company must be registered in the System for Award Management (SAM); contracts cannot be awarded to unregistered contractors. Registration can be made online at www.sam.gov/ NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902-446-688. To obtain a NATO CAGE code you must fill out the form found in: http://www.dlis.dla.mil/Forms/Form AC135.asp. Failure to be registered in SAM at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is SAM registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/835fe8567b94463fbabb13734b72abdb/view)
 
Place of Performance
Address: ESP
Country: ESP
 
Record
SN06062838-F 20210717/210715230116 (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.