Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

Z -- Renovate Reconfigure Courtroom Interior

Notice Date
6/28/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
FA4460-10-R-0026
 
Point of Contact
Rachel L. Italiano, Phone: 5019873847, Barry G. Jundt, Phone: 501-987-3853
 
E-Mail Address
rachel.italiano@littlerock.af.mil, barry.jundt@littlerock.af.mil
(rachel.italiano@littlerock.af.mil, barry.jundt@littlerock.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NOTICE TO OFFEROR; FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS REQUEST FOR PROPOSAL (RFP) UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS RFP EITHER BEFORE OR AFTER THE RFP CLOSING DATE. The 19th Airlift Wing, Little Rock AFB, AR 72099 intends to issue a Request for Proposal (RFP) to award a single firm fixed price contract to provide all plant, labor, materials and equipment necessary to fully meet all requirements of the summary of work, construction specifications construction drawings and all other contract documents related to and/or titled: Renovate Courtroom, B-1250, NKAK 03-1051. The principle features of work for this project consist of but are not limited to the following: to enlarge the courtroom as much as possible. This will be accomplished by removing and replacing the east wall into the corridor by approximately 2 feet as well as bumping out the north wall approximately 1 foot. The existing space will be renovated as follows: Space reconfiguration, Replace interior finishes, Providing sound attenuation in new walls and above the ceiling space per design criteria. Reconfiguration of interior functions for new (alternate bid option to reuse and expand existing furnishings): Judge's bench, Court reporter, Witness stand, Jury box, Prosecuting Attorney & Defense Counsel Area, Audience - seating only to accommodate 23 people. Relocate main entrance door to the courtroom to the east corridor. Relocate second floor double glass entry doors east just to the other side of the Wing Commander's Conference Room. Replace two existing fan coil HVAC units with low noise HVAC of greater capacity. Remove two existing building columns and provide structural load transformation. Replace windows in courtroom with blast resistant windows. Replace finishes in corridor adjacent to Courtroom. Provide conduit for installation of court reporter and AV system to be installed later by others. The Law Offices functions and Wing Command functions adjacent to the area of work to be demolished/renovated will remain occupied during demolition and construction periods. The contractor must coordinate with the Contracting Officer for provisions of construction buffers, dust protection, and access requirements prior to construction in these areas. The contractor must provide any phasing requirements to the Contracting Officer prior to commencement of work. The Contractor will be required to submit and coordinate a phasing plan with the Contracting Officer. The Contractor will be required to consult with the Contracting Officer to develop a time-line and sequence that accommodates the continued performance of the User's function during the renovation of the area of the second floor. Construction project magnitude is between $250,000.00 and $500,000.00 Total Performance Period for Construction is 180 calendar days after receipt of Notice to Proceed. This procurement is being issued as a 100% Service-Disabled Veteran-Owned small business set-aside. All responsible sources may submit a proposal. This office proposes to post RFP# FA4460-10-R-0026 to the FedBizOpps website (http://fbo.gov) on or about 23 July 2010 with an estimated 30 calendar days response time. Once the solicitation is issued, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Past Performance information will be required to be submitted by the date specified in the solicitation. Pre-proposal conference/site visit information will be provided in the solicitation package. Contract award will be determined using the Source Selection procedures in FAR Part 15. All Contractors shall be ORCA registered (http://orca.bpn.gov). All contractors are reminded, in accordance with DFARS 252.204-7004, Required Central Contractor Registration, that lack of registration in the CCR database BY AWARD DATE will make a contractor ineligible for award. Please acknowledge all requirements in proposals. All interested parties are encourage to attend the pre-proposal/site visit. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. No response to this notice is necessary. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. Any questions, requests for information (RFI's) etc. relating to the upcoming solicitation must be submitted in writing via email to the individuals designated in the solicitation. Telephone requests for packages, questions, RFI's etc. WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea7c62c12370cfc89231108b5ab710d2)
 
Place of Performance
Address: 642 Thomas Ave, Little Rock AFB, Arkansas, 72099, United States
Zip Code: 72099
 
Record
SN02190504-W 20100630/100628235458-ea7c62c12370cfc89231108b5ab710d2 (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.