SOLICITATION NOTICE
Z -- NKAK 10-1039 Repair/Replace Hidden Hilton Facade B160
- Notice Date
- 7/7/2011
- 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
- FA4460-11-R-0026
- Point of Contact
- Lucille D. Ngiraswei, Phone: 501-987-3839, Betty A Rosewaren, Phone: 501-987-8123
- E-Mail Address
-
lucille.ngiraswei@us.af.mil, betty.rosewaren@us.af.mil
(lucille.ngiraswei@us.af.mil, betty.rosewaren@us.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 services, plant, labor, vehicles, equipment, tools, materials, supervision and other items necessary for the construction in connection the following: Design/Build Project NKAK 10-1039 Repair/Replace Hidden Hilton Facade, Building 160 at Little Rock AFB, Arkansas. The purpose of the project is to renovate the exterior of existing facility B-160, with a new brick and architectural pre-cast concrete veneer. The Contractor shall provide all design, plant, labor, materials and equipment necessary to fully meet all requirements of this Summary of Work, Construction Specifications, Construction Drawings and all other Contract Documents related to and/or titled: "REPAIR REPLACED HIDDEN HILTON FACADE, Building 160, NKAK 10-1039" at Little Rock AFB, Arkansas. The principal features of the work are as described in Part 2 Technical Description of Project of Section 01 10 01 Statement of Work for Design-Build. The Contractor shall perform all necessary studies, meetings, analyses, design, Schematic Design, Design Development, Specifications, preparation of contract documents, and total construction for the project. The design shall include all related items as required to safely accomplish all necessary work. The Contractor shall be responsible for any surveys, excavations, soil borings, soil analyses, chemical tests, laboratory tests, pressure tests, electrical tests, corrosion and cathodic protection tests, asbestos and lead-based paint surveys, and any other tests required for a complete design and construction of this project. The Contractor shall be responsible for locating all utilities in the area of construction, and for accommodating or modifying them, as required for the construction of this project. The Contractor shall remove the existing deteriorating siding and insulation as needed to make way for new construction. Demolition shall be limited to that which is required to achieve the primary goal as specified in paragraph 2.01 of the Statement of Work. Construction project magnitude is between $1,000,000 and $5,000,000. The period of performance is: I. Design, 100 days after issue of Notice To Proceed 1 II. Construction, 200 days after issuance of Notice To Proceed 2 This procurement is being issued as a 100% Service Disabled Veteran Owned Small Business Set-Aside. All responsible sources may submit a proposal. The office proposes to post RFP# FA4460-11-R-0026 to the FedBizOpps website (http://fbo.gov) on or about 29 July 2011 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 Contracting 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 encouraged to attend the pre-proposal conference/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/eb08a5d9e51c15d67d9e7d303866baae)
- Place of Performance
- Address: 642 Thomas Avenue, Little Rock AFB, Arkansas, 72099, United States
- Zip Code: 72099
- Zip Code: 72099
- Record
- SN02491428-W 20110709/110707234610-eb08a5d9e51c15d67d9e7d303866baae (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 |