Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2009 FBO #2712
SOLICITATION NOTICE

Z -- Install Fire System Modernization System, Aircraft Hangar 129, 416, 417

Notice Date
4/28/2009
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 911 CONF/LGC, 2375 Defense Avenue, Pittsburgh IAP-ARS, Pennsylvania, 15108-4495
 
ZIP Code
15108-4495
 
Solicitation Number
FA671209B0002
 
Archive Date
6/27/2009
 
Point of Contact
Daniel C. Lucci,, , Donald Kalivoda,, Phone: 412-474-8127
 
E-Mail Address
daniel.lucci@pittsburgh.af.mil, donald.kalivoda@pittsburgh.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The 911th Airlift Wing, Coraopolis, PA., 15108 intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract to provide for all labor, transportation, materials, tools, equipment and supervision necessary for construction modernization of fire suppression system in three aircraft hangars. Work includes, but not limit to, updating and adding components of the foam system and to add components of the fire pump system. Two of the added features are a pump test header and a foam system test header. Valve tamper switches are being added to existing valves on the jockey pump suction and discharge lines. Remove the existing under-wing Aqueous Film Forming Foam (AFFF) oscillating monitor nozzle system. Remove the existing spot-type heat detection and releasing panel. Install a new fire suppression system in accordance with ETL 02-15, designed for fueled aircraft. Reuse existing ceiling preaction sprinklers and install a new supplementary low-level, high-expansion foam, activated via new foam releasing system with linear heat detection. Replace the existing clear lens notification devices installed on the foam release notification circuit with new blue lens devices. Replace the non-externally resettable deluge valves located at the preaction risers with externally resettable deluge valves. Replace all fire main lead-ins with new lead-ins located in an underground concrete trench. Install a surge tank, with a capacity of not less than 10 gallons, on each riser for the hangar bay overhead preaction sprinkler system. Recalculate the preaction systems based on the design densities provided in ETL 98-8 to ensure that the correct demand is available. Install a foam test header and provide at least four (4) valved hose connections. Replace the existing building fire alarm system (fire alarm panel, initiating devices, notification devices, etc). Add a fire suppression equipment room to house the new high expansion foam system. Room will be 18 feet by 31 feet, located adjacent to the mechanical room, built using CMU block walls with brick exterior and rubber membrane roof. Relocate hot water tank and create doorway from existing mechanical room to new fire equipment room. Demolish Building 413, the water storage building for the existing fire system in Buildings 416 and 417. Remove all pumps, tanks, valves and piping from Building 412, which currently houses this existing fire system. Install a fire pump test header equipped with at least ten valved hose connections. Install two shut-off valves in the sanitary sewer drains. All work shall be accomplished in strict accordance with the contract documents. The estimated cost ranges between $1,000,000 and $5,000,000. The NAICS code is 238220. The applicable size standard is $14 million. Invitation for Bid solicitation package will be available o/a 13 May 09. Tentative bid opening date is 12 Jun 09. Performance period is phased with no one hangar out of service more than 60 days. This action is being procured as a Total Service-Disabled Veteran-Owned Small Business Set-Aside IAW FAR 52.219-27. Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. Funds are not presently available for this project. In the event current fiscal year funding does not become available, the requirements will be funded with next year's funds contingent upon appropriation by Congress. The approving authority certifies that the requirement has a high enough priority to ensure that it will not be cancelled. Note: Bids must include an acceptance period not to exceed 30 Dec 09. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated plans and specifications will be available from the FBO website.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e6b795877c0e075fcf4a58fa3079518&tab=core&_cview=1)
 
Place of Performance
Address: 911th Airlift Wing, AFRC, Pittsburgh IAP ARS, Coraopolis, Pennsylvania, 15108, United States
Zip Code: 15108
 
Record
SN01804332-W 20090430/090428222351-1e6b795877c0e075fcf4a58fa3079518 (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.