Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
SOLICITATION NOTICE

Z -- Repair HVAC Bldgs 8015 and 4201 - Presolicitation Notice

Notice Date
12/3/2014
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
RepairHVACBldgs8015_4201
 
Archive Date
1/30/2015
 
Point of Contact
Megan VanHorn, Phone: 3256962288, LaToyer N. Furbush, Phone: 3256961456
 
E-Mail Address
megan.vanhorn.1@us.af.mil, latoyer.furbush@us.af.mil
(megan.vanhorn.1@us.af.mil, latoyer.furbush@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre solicitation Notice MEMORANDUM FOR 7 CONS/LGCA ATTN: MS. KIMBERLY B. WELCH FROM: 7 CONS/LGCA SUBJECT: Straddle “B”-Repair HVAC Buildings 8015 & 4201 (Synopsis) 1. Below is the proposed synopsis for the pre-solicitation notice to be posted on the FedBizOps website. Request your review and approval. 2. This acquisition is a competitive set-aside for Women-owned small business concerns. It will be a Firm Fixed Price (FFP) contract and award will be made to a qualified women-owned small business concern. This acquisition is being synopsized under North American Industry Classification System (NAICS) Code 238220. All other firms are deemed ineligible to submit offers. Small business size standard is $15,000,000.00. 3. This project has two parts that may be worked concurrently or simultaneously: a. Vehicle Maintenance Shop HVAC. Repair by replacement of the existing building first and second floor Office Area Heating, Ventilating, and Air Conditioning (HVAC) System, the repair by replacement of the North Vehicle Maintenance Bay Infrared Heating System, the Emergency Vehicle CO Vapor Detection & the Ventilation Exhaust Control System, and the Makeup Air System. The alteration of the existing Wet Pipe Fire Suppression System and the Fire Detection System, and the incidental repair of interior architectural, plumbing, interior electrical distribution, lighting, and communications all as necessary to accommodate the new HVAC components. Repair incidental interior architectural, plumbing, interior electrical distribution, lighting, and communications systems; and perform asbestos abatement as necessary to accommodate the building alterations and necessary to bring up to current Life Safety standards. b. Repair Flightline Security Control HVAC. Repair by replacement of the existing building Heating, Ventilating, and Air Conditioning (HVAC) System. All necessary plumbing modifications to the areas of the facility that are affected by the work of the project. Electrical work shall include: new power wiring for all new electrical devices; new circuit breakers for all new branch circuits in existing distribution panels; replace existing electrical distribution equipment where new circuit breakers are no longer available for existing panels; provide new fluorescent lighting; and relocation and rewiring for all communications equipment as may be affected by this work. Fire Detection work shall include: new smoke detectors in the air handling unit for automatic shutdown of the air handling unit; interface the detectors with the existing fire alarm control panel to report actuation of the detectors; and software programming as required for the existing D-21 to incorporate the alarm notification received by radio transmission at the Fire Department. 4. Place of Performance: Dyess Air Force Base, Texas. 5. Period of Performance and Magnitude: The performance period is 240 days inclusive of 20 weather days and 10 military operation days. The estimated contract magnitude is between $1,000,000 and $5,000,000. 6.Notice to Offerors: 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. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 7. The Government intends to award on a Lowest Price Technically Acceptable basis. The solicitation will be issued via Federal Business Opportunities (FedBizOps) at https://www.fbo.gov. No paper copies of the solicitation, specifications, plans or bidders mailing list will be issued from this office. Telephone requests will not be accepted. You must register on the FBO site in order to receive notification of changes to the solicitation. Prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for award. The SAM site is http://www.sam.gov. When the solicitation is downloaded, it is important to read the solicitation completely, as there are milestones that must be met by the prospective offeror in order for the proposal to be considered responsive. There will be no additional preannouncement of when the solicitation will be available; however, the issuance date for this solicitation is anticipated to be on or about 17 December 2014 with a closing date 30 days after issuance. Points of Contact include: 2Lt Megan VanHorn, Construction Contrats Manager, at (325) 696-2288, email megan.vanhorn.1@us.af.mil or TSgt Latoyer Furbush, Team Lead, at (325) 696-1456, email: latoyer.furbush@us.af.mil. MEGAN E. VANHORN, 2Lt, USAF Construction Contracts Manager 1st Ind, 7 CONS/LGCA MEMORANDUM FOR 7 CONS/LGCA (2Lt Megan VanHorn) Approved //////SIGNED24Nov14///// KIMBERLY B. WELCH Infrastructure Flight Chief/ Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/RepairHVACBldgs8015_4201/listing.html)
 
Record
SN03585642-W 20141205/141203234220-983d7aca2c9c25b873bb1b9516509670 (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.