SOLICITATION NOTICE
Z -- Addition to Building 0222
- Notice Date
- 6/30/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Keesler AFB, 81st Contracting Squadron, 310 M Street Rm 102, Keesler AFB, Mississippi, 39534-2147
- ZIP Code
- 39534-2147
- Solicitation Number
- FA3010-10-R-0012
- Archive Date
- 10/29/2010
- Point of Contact
- Michelle A. Brown, Phone: (228) 377-1801, Reggie Temple, Phone: 228-377-3130
- E-Mail Address
-
michelle.brown.1@us.af.mil, reggie.temple@us.af.mil
(michelle.brown.1@us.af.mil, reggie.temple@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The work performed under this contract shall consist of furnishing all labor, tools, parts, materials and equipment to for an addition to Building 0222. The building is a single story, slab on grade structure of approximately 2,980 square feet, to be constructed and attached to the Northeast face of existing Building 0222. The building is steel framed utilizing cold formed trusses to form a pitched roof tying into the existing. Building will be faced with brick and utilize standing seam metal roofing, all to match existing. Interior finishes will be painted gypsum board, VCT flooring with vinyl cove base, and 2x2 lay-in ceiling. The site is a sloped, rolling grassy area with three Live Oak trees that must be removed. Site will need structural fill to raise elevation to proper height. An existing 48" RCP storm drain runs through the Site at a depth of approximately 10 feet. This storm drain shall remain in place. Sidewalks are specified at three faces of the building with a concrete porch/step at the rear. The foundation is concrete slab on grade placed on compacted fill. Fill is to be contained by turned down footings that bear on continuous grade beams. Slab will contain mesh reinforcing and construction joints as shown. The structure is steel frame utilizing a combination of tube columns supporting wide flange beams, and cold formed structural studs supporting cold formed trusses. Roof structure is from cold formed structural shapes supporting metal roof deck. The roof structure will tie into existing roof. The exterior consists of brick façade with EIFS trim and pronounced overhangs. Plumbing requirements within the structure consist of condensate drains from AC units and the extension of existing water line for hose bib. An existing gas line lies within the footprint of the addition. HVAC system consists of two split system heat pump units, installed and operating independently of the existing building's HVAC system. Ductwork, both supply and return, will be routed above ceiling. Electrical system is commercial scale utilitarian, consisting primarily of overhead fluorescent lighting and duplex convenience outlets. HVAC hook-up is part of electrical requirements. Fire alarms and smoke detectors are required and will be tied into base security system. Numerous communication drops, both voice and data will be required. These will tie into existing servers in existing building - cable trays have been previously installed in existing above ceiling space to carry all such cables. This acquisition will be 100% Small Business Set-Aside with no geographical restrictions, utilizing Performance Price Trade-Off (PPT) procedures. All interested and eligible small business concerns are encouraged to submit a proposal. The North American Industry Classification System (NAICS) code is 236220. The size standard is $33.5 Million. Magnitude of proposed construction is between $500,000.00 and $1,000,000.00. The Solicitation Package, Specifications and Drawings (if applicable) are tentatively scheduled to be posted on the FedBizOpps Website: http://www.fbo.gov on/around 14 Jul 10 with a tentative closing date of 17 Aug 10. The contract performance period will be 180 days from the Notice to Proceed. All Contractors wishing to do business with the Government are required to register in the DOD Central Contractor Registry (CCR) database prior to any subsequent award. CCR registration may be accomplished online at http://www.ccr.gov. Contractors are further advised that failure to register in the CCR database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend immediate CCR registration in order to be eligible for timely award. The single source of entry for all documentation pertaining to this acquisition will be http://www.fbo.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e., amendments, PWS changes, etc). Telephone and fax requests for a solicitation package will NOT be accepted. Questions concerning this solicitation may be directed to Michelle Brown, (228) 377-1801, michelle.brown.1@us.af.mil or the Contracting Officer, Reggie Temple, (228) 377-3130, reggie.temple@us.af.mil. Notice: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation either before or after the closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/KAFBCS/FA3010-10-R-0012/listing.html)
- Place of Performance
- Address: Keesler AFB, MS, Biloxi, Mississippi, 39534, United States
- Zip Code: 39534
- Zip Code: 39534
- Record
- SN02192504-W 20100702/100630234828-23e0897085f3fcdfe1628a64170d7da6 (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 |