Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2009 FBO #2904
SOLICITATION NOTICE

Z -- RECOVERY--Z--PROJECT NUMBER 972013, Repair Base Supply, Bldgs. 31, 376, and 1007 at Naval Air Station (NAS) Joint Reserve Base (JRB) New Orleans, Louisiana

Notice Date
11/4/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N6945010R0757
 
Point of Contact
Sarah Nickerson 9045426813
 
E-Mail Address
sarah.nickerson@navy.mil
(sarah.nickerson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REPAIR BASE SUPPLY, BLDGS. 31, 376, AND 1007 PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER: N62467-05-D-0183, W.G. Yates & Sons Construction Co.N62467-05-D-0182, TJC Engineering, Inc.N62467-05-D-0096, Broadmoor LLCN62467-05-D-0095, Burns & McDonnell Engineering Co IncN62467-05-D-0098, SGS LLCN62467-05-D-0184, Walton Construction Co., LLCN62467-05-D-0181, Sauer Inc. In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Reinvestment Act (ARRA) of 2009, Pub.L. 111-5, the Government posts this presolicitation notice of intent to issue a solicitation for: Repair Base Supply Buildings 31,376, and 1007, Naval Air Station (NAS) Joint Reserve Base (JRB), New Orleans, LA. Project Scope: The project will correct outstanding deficiencies for Building 31, 376, and 1007, located on board NAS JRB New Orleans. Proposed repair includes: asbestos abatement in renovated areas; replacement of asphalt and concrete pavement; cleaning and reinforcement of a ditch; repair and replacement of chain link fencing and gates; replace the underground storm drains from the roof leaders and floor drains; remove and install new base flashings; repair roof sump areas; repair stripping ply along the perimeter edge gravel stop; install new roof surfacing material and granules; remove the abandoned thru-wall AC unit at the northwest side and fill the hole with brick; replace various ceiling tiles; replace entire drop ceiling and grid at various locations; replace the carpet at various locations; replace the Vinyl Composition Tile (VCT) flooring at various locations; repaint walls at various locations; renovate various restrooms to conform to ADA and upgrade finishes; r! eplace the exterior windows at various locations; replace bent railing (gate) at mezzanine; repaint the steel framed canopies; repaint all exterior personnel doors and frames; repaint all steel frames at all OH doors; repaint all painted surfaces at all exterior dock and ramps. Area (A) HVAC - Re-insulate all supply air, return air and outside air ductwork; provide an insulated unit drain pan; clean existing air handling unit coils and condensation drain system and provide new filters; new high efficient through the wall heating/cooling unit in room 1072; provide condensation pump and piping; replace existing heat system with high efficient heat pump units; replace grills and repair/reseal duct and insulation; Area (B) HVAC - inspect, repair and/or replace three split system air conditioning systems; Area (C) HVAC - clean or replace ductwork and duct insulation. Replace receptacles and wiring in the National Guard computer room; repair the circuit to the vacuum packaging machine; replace dry pipe sprinkler system with wet pipe sprinkler system and provide sprinkler protection to non sprinkler loading dock and canopies in the Section C Louisiana Air National Guard (LANG) areas; extend the recently upgraded fire alarm and mass notification systems t! o the Section C Louisiana Air National Guard areas. This procurement is a set-aside for those contractors listed above. This is a best value single-phase competitive procurement requiring technical and price proposals. The Request for Proposal (RFP) will be available on or about 16 Nov 2009 at https://www.neco.navy.mil/. Contract award will be made to the offeror proposing the best value to the Government, see RFP for proposal submission requirements. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. For site visit information refer to FAR clause 52.236-27 and Technical Section 00100 for time and date. The point of contact for this site visit, with instructions can be found in the solicitation. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained. The project magnitude for this solicitation is between $3,500,000 and $4,500,000. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil under solicitation number: N69450-10-R-0757. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. It is the offeror's responsibility to check the NECO website periodically for any amendments to the solicitation, as this will be the only method of distribution of amendments. The official Plan Holder List will also be maintained on and can be printed from the website. The Government will not pay for information requested nor will it compensate any respondent for any proposal. The successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via internet at http://www.ccr.gov. Failure to register in the DOD CCR database may render the successful offeror ineligible for award. All contractual and technical inquires shall be submitted via electronic mail to Sarah Nickerson at sarah.nickerson@navy.mil or (904) 542-6813. The solicitation will be available on or about Monday, November 16, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6bccd2234344a2b307c276e687766144)
 
Record
SN01998260-W 20091106/091104235715-6bccd2234344a2b307c276e687766144 (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.