SOLICITATION NOTICE
Y -- Construct/Repair Refueler Maintenance Facility
- Notice Date
- 5/11/2010
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
- ZIP Code
- 09643-6585
- Solicitation Number
- FA5575-10-R-0006
- Point of Contact
- Elia M. Portz, Phone: +34 95 584-8017
- E-Mail Address
-
elia.portz@moron.af.mil
(elia.portz@moron.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force intends to issue solicitation FA5575-10-R-0006 to solicit proposals for Firm-Fixed Price contract for the Construction/Repair of the Refueler Maintenance Facility, Bldg 946, in Moron AB, Spain. The complete solicitation package will be available on the Federal Business Opportunity website for download on or after 26 May 2010. The contract will consist of a period of performance of 375 calendar days. Contract magnitude is between $500,000 and $1,000,000 U.S. dollars. The successful contractor will be selected using Lowest Price Technically Acceptable with acceptable Past Performance resulting in the best value to the government. 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 Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." SCOPE OF WORK: General: This project provides for demolition of the existing building used for refueling vehicle maintenance and construction on site of 436SM facility using steel and precast concrete construction. Facility will provide refueling vehicle maintenance area, staff dressing area, administration area and maintenance tools and vehicle parts storage. The facility will require heating/cooling, mechanical ventilation, lighting, and fire alarm and suppression systems. Project includes removal of all existing utility connections and provision of new connections, as well as all related site support work. Demolition does include removal of a minor amount of asbestos containing material. The work includes, but is not limited to, the following items: ARCHITECTURE SCOPE OF WORK Demolition of facility Remove doors, windows, grilles, frame and auxiliary elements fixed to walls. Remove false ceilings, wall tiles, floor tiles and finishes. Demolition of interior wall partitions. Demolition of precast concrete joist slab. Disassembling of preformed sheet roof and auxiliary elements. Disassembling of metal profiles main structure. Demolition of exterior brick walls. Demolition of interior reinforced concrete floor slabs. Demolition of tie beams, footings, and filling material. Demolition of pavement and subsoil from the area to be occupied by the addition. Selection, treatment, load and transportation of demolition material to authorized dump or recycling plant. Architecture Works Perform the adequate earth movement for the new foundation. Furnish aggregate and compact up to the required levels. Provide and pour concrete for reinforced tie beams and footings. Provide and pour concrete for slabs and pavement. Provide erect metallic structure of hangar and mezzanine. Provide and install protection bollards Provide and install precast concrete panel for enclosure, sealing and accessories. Provide material and construct load bearing wall and one way joist concrete slab for mezzanine. Provide and install roof panels, flashings, dynamic exhausts and accessories. Provide and install siding panels, adequate steel frame, flashings and accessories. Provide and install gutters, downspouts, splashes and accessories. Provide and install insulation panels in cavity walls. Provide material and construct interior brick partitions. Provide and install finish materials for interior walls and floors. Provide and install suspended ceilings and interior roof at personnel area. Provide and install doors and windows at personnel area. Provide and install sectional industrial doors for truck stalls. Provide and apply sealing in construction joints, windows and miscellaneous joints. Provide material and paint building metal structure, doors and other metal members. Provide material and paint concrete and gypsum interior surfaces. Repair the affected elements by the demolition/construction and regrade the ground around the building and pavement and restore natural soil. Final cleaning. MECHANICAL SCOPE OF WORK Demolition Mechanical Work: Demolish exterior and interior plumbing systems. Demolish exterior and interior sewer systems. Removal of asbestos containing materials. Demolish compressed air system. Disassembling and reinstallation of equipment. Remove existing window AC unit. Remove exhaust systems. Construction Mechanical Work: Supply and install exterior sewer system and oil water separator. Supply and install interior sewer and vent system. Supply and install exterior and interior plumbing system. Supply and install plumbing fixtures and toilet accessories. Supply and install compressed air system. Supply and install fire sprinkler system. Supply and install air conditioning system. Supply and install exhaust systems. Start up, tests and adjustments of all the systems installed. Repair elements affected by the demolition and installation of exterior installations. ELECTRICAL WORKS Demolish existing installation. Provide and install grounding network. Provide and install electric power supply line. Provide and install MDP panelboard. Provide and install DP1 panelboard. Provide and install conduits and electrical lines. Provide and install toggle switch and receptacles. Provide and install light fixtures. Provide and install phone panelboard. Provide and install phone outlets. Provide and install fire alarm system. Provide and install lightning protection system. Final tests. Delivery of As-Built drawings. Final cleaning. The above general outline and list of Principal Features of Work in no way limits or reduces the responsibility of the Contractor to perform all work as required by the project to provide a complete and operable facility. CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "Registro Oficial de Contratistas de Obras del Estado" of the "Ministerio de Economia y Hacienda" or equivalent. Group Subgroup Category C 1,2,3,4,6,8,9 b E 1 b J 2,4 b I 6 b K 9 b 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. A visit to the site of work will be conducted in English; the date and time of which will be announced in the solicitation documents. In order to be awarded a contract by the U.S. Government, the company must be registered in the Central Contractor Registry (CCR), contracts cannot be awarded to unregistered contractors. Registration can be made on line at www.ccr.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: 902446688. 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 CCR 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 CCR registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code. Points of Contact, Elia Portz, Contracting Officer, phone 34 95 584 8017, FAX 34 95 584 8054, E-mail elia.portz@moron.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575-10-R-0006/listing.html)
- Place of Performance
- Address: 496 ABS/LGC, Apdo 221, Moron de la Frontera, Sevilla, 41530, Spain
- Record
- SN02146618-W 20100513/100511235243-8d84f04d1251ca82e5074c79e207e711 (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 |