Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOLICITATION NOTICE

Z -- Design-Build, Repair of Water Mains (9000 & 10000 Areas) Project Number: MPLS 06-9052 - FA3047-11-B-0003 San Antonio District (SBDC Coverage) Informational Map

Notice Date
3/2/2011
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-11-B-0003
 
Point of Contact
RYAN D. BUENO, Phone: 2106710644, Jackie L. Murray, Phone: 2106711711
 
E-Mail Address
Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA3047-11-B-0003 San Antonio District (SBDC Coverage) Informational Map TITLE: Design-Build, Repair of Water Mains (9000 & 10000 Areas) Project Number: MPLS 06-9052 PROJECT SCOPE Contractor shall provide a complete design (Title I services A & B) for the replacement of approximately 13000 linear feet of water lines in the 9,000 and 10,000 Areas. All work shall be in conformance with the drawings and specifications and applicable codes, standards and regulations and shall include the furnishing of all materials, labor, plant, tools, equipment, and services necessary and incidental thereto. The proposed construction requirements in this section are recommendations made by the government and may be re-evaluated by the contractor for value engineering purposes. The contractor is responsible for conducting a survey on the areas where work will take place. It is the contractor's responsibility to repair/replace any tree, road, side walk and structure that been damaged by the construction. Since the existing water pipeline infrastructure is outdated, government will not warranty functioning of the existing pipeline infrastructure. It is contractor responsibility to coordinate with the base for support at their available manpower. The work required to be performed by the contractor shall consist of but is not limited to the following principal items: DESIGN Contractor shall provide a complete design for the replacement of water mains. The design shall consist of plans, specifications, design analysis and cost estimate. A design package shall be submitted at the 65% and 95% stages of design. The 65% design submittal will be reviewed and accepted by the government prior to continuation to 95%. Construction will commence upon acceptance of the 95% design submittal. WATER LINE REPLACEMENT Existing water piping and associate pipe fittings, valves shall be abandoned in place. The contractor shall provide a complete and fully functioning system in compliance with design drawings, specifications and submittal register and in conformance with all applicable codes, standards and regulations. The contractor shall provide all materials, labor, plant, tools equipment and services necessary to. In this contract the contractor shall perform all the work but not limited to the following: • Installation of approximately 6068 linear feet of 8" and 6534 linear feet of 6" underground AWWA C900 PVC pipe. • Demolish 18 existing fire hydrants, fire hydrant valves and replace with new 5-1/4 inch dry barrel fire hydrants and fire hydrant valves. • Paint new Fire Hydrant body with light brown color (paint code will be provided). Perform water main flow test and paint new fire hydrants (in 5000, 7000, 9000 and 10000 areas) outlet cap with color to indicate water flow rate. • Demolish existing valve boxes and replace approximately 48 existing main line isolation valves and its accessories. New isolation valves shall be ductile-iron resilient wedge gate valves with fusion epoxy coating. • Reconnect new mains to approximately 56 service connections to include building services and Fire Sprinkler and Fire Hydrant connections. Install additional isolation valves and fire hydrants as necessary to meet applicable design criteria. All valves and fire hydrants shall be right handed (right = closed). • Contractor shall carefully restore all excavated areas to its original condition after the underground work is completed. Period of Performance and Magnitude: The magnitude for this requirement is between $1,000,000.00 and $5,000,000.00. The period of performance is 75 days for design and 254 days for construction. GEOGRAPHICAL RESTRICTION: For this procurement, it has been determined that competition will be limited to small business firms located within the geographical area serviced by the SBA San Antonio District Office, and other small business construction firms with a bona fide place of business within the geographical competitive area, and the assigned North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 237110 (Water and Sewer Line and Related Structures Construction) with a small business size standard of $33,500,000.00. (See Attached SBDC Coverage - Information Map) BID BOND: In accordance with FAR 52.228-1 Bid Guarantee an original bid bond must be submitted with your bid package to be responsive. The amount of the bid guarantee shall be 20% of the bid price or $3,000,000.00, whichever is less. Bids are due on 29 Apr 11 (Estimated) no later than 11:00am (CST). Specific intructions can be found in Section H, L and M of the upcoming Invitation for Bid (IFB). Pre-Bid Conference / Site Visit is Scheduled for 11 Apr 11 (Estimated) at 9:00am (CST). Location: 802D Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Primary POC is SSgt Chad Stemick, Contract Specialist at (210) 671-1712; email: chad.stemick@us.af.mil; Alternate POC is Ryan D. Bueno, Contract Specialist at (210) 671-0644; email: ryan.bueno.1@us.af.mil or Mr. Jack Murray, Contracting Officer at (210) 671-1711; email: Jackie.murray@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-B-0003/listing.html)
 
Place of Performance
Address: 9000 & 10000 Areas, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02391752-W 20110304/110302234656-51d8d8aa37b518d24db56b65806fa6b0 (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.