Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1999 PSA#2377

United States Air Force, Air Force Space Command, 50CONS (T-66), 66 Falcon Parkway, Ste 49, Schriever AFB, CO, 80912-6649

Y -- RENOVATE THIRD FLOOR BUILDING 1003 ONIZUKA AS SOL RENOVATE-3RD-FLOOR-BLUE-CUBE DUE 071199 POC Leo Lombardo, Jr., Contract Specialist, Phone (719)567-3450, Fax (719)567-3438, Email leo.lombardo@schriever.af.mil -- Leo Lombardo, Jr., Contract Specialist, Phone (719)567-3450, Fax (719)567-3438, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=RENOVATE-3RD- FLOOR-BLUE-CUBE&LocID=887. E-MAIL: Leo Lombardo, Jr., leo.lombardo@schriever.af.mil. Y -- SOLE SOURCE NOTIFICATION: Under the authority of FAR 6.302-1, the 21st SOPS Contracting Office at Onizuka Air Station, CA intends to negotiate, on a sole source basis, with Raytheon Systems Company (RSC) for the renovation of the 3rd floor of Building 1003 at Onizuka Air Station. The renovation will include numerous floor plan changes, upgrades to electrical distribution, HVAC system changes and redistribution, and major changes to the physical security protection of a 28,000 square foot operations workspace. The following work is involved (listing is generic and not all inclusive): (1) Demolition: Selective demolition of walls, ceiling, T-bar lighting grid, wall hangers, chalkboards and other miscellaneous materials. Relocation of kitchen sink, sump pump and additional accessories to a new location. Removal of landings, railings, damaged floor tiles, carpet, and carpet tiles, in preparation for new flooring. Removal of under-floor plenum, HVAC supply and return diffusers. Removal of unused communication trays, deactivation of power panels and associated circuits. (2) Renovations: Upgrade of the perimeter hallway, to include walls and staircase wells to 45 STC rating, deck to deck. Installation of new security hardware, electronic access systems, doors, frames and trades penetrations to 45 STC rating. Seismically anchoring of all equipment racks. Installation of overhead projector supports and motorized screen. Renovation of HVAC system to include installation of duct security manbars and inspection ports. Modification of fire sprinklers and fire alarm system. Installation of T-bar lighting. Providing utility power and convenience power outlets for modular furniture. Providing new under-floor covered tray system for independent red and black systems and for access to floor communications boxes. It is thought that only one responsible source is available to satisfy the agency requirements due to an anticipated substantial duplication of cost and effort that would be required and that is not expectedto be recovered through competition; as well as unacceptable delays in fulfilling the requirement. The work is similar in nature to current work effort being performed by RSC at Onizuka Air Station, California. RSC has qualified personnel with current and in-depth experience who know the job environment and meet the high security requirements for unescorted entry to the job site. Due to inaccurate or incomplete blueprints and schematics of the 30-year-old building, the Government anticipates work delays and possible differing site conditions, which can lead to schedule slips and work delays. Additional unscheduled work delays of indeterminable length are anticipated because of the efforts taking place in the building. RSC has the ability to reallocate resources from this job site to other contract work orders thus mitigating work delays and cost growth. The estimated price range for the work to be performed is between $1 and $2 million. The duration of the contract is estimated to be approximately ten (10) months. Beneficial occupancy must occur not later than 30 August 2000. This notice is not a request for competitive proposals nor an announcement of a forthcoming solicitation. However, the Government will consider all documentation received within fifteen (15) calendar days from the date of first publication of this synopsis. Interested concerns should submit documentation demonstrating the following qualifications: (1) Personnel on site must possess a favorable personnel security investigation under DOD National Industrial Security Program Operating Manual. (2) Personnel must have current and in-depth knowledge of Building 1003 and be familiar with the job-site environment. (3) Personnel must have experience with TEMPEST requirements and have worked with 45 STC wall construction. (4) Personnel must have experience with secure communications conveyances and independent red and black systems. Limit any submission to ten (10) pages or less. A determination by the Government not to compete this as a proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be reviewed solely for the purpose of determining whether to conduct a competitive procurement. Any requests for a copy of a solicitation will not be honored and the Government is under no obligation to respond to those requests. The Government will not pay for any information submitted in response to this synopsis. Questions, comments and concerns can be directed to Mr. Edward Garcia at (408) 752-3608, or FAX (408) 752-4061. Email edward.garcia@onizuka.af.mil Posted 06/25/99 (D-SN347266). (0176)

Loren Data Corp. http://www.ld.com (SYN# 0146 19990629\Y-0027.SOL)


Y - Construction of Structures and Facilities Index Page