Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2015 FBO #4957
SOLICITATION NOTICE

Z -- Single-Award Indefinite Delivery Indefinite Quantity Task Order Contract

Notice Date
6/18/2015
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-R-0014
 
Point of Contact
Donna S. Fowler, Phone: 3214949944, Benjamin P Crafton, Phone: 3214949941
 
E-Mail Address
donna.fowler.2@us.af.mil, benjamin.crafton@us.af.mil
(donna.fowler.2@us.af.mil, benjamin.crafton@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE : This is NOT a request for proposal. The 45th Contracting Squadron, Patrick AFB, FL announces the anticipated release of the solicitation for: Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract in support of the 45 SW at Patrick Air Force Base and Cape Canaveral Air Force Station, FL. Contractor will be required to provide all supervision, labor and materials for the primary execution of sustainability, renovation, and modernization construction (SRM) and/or design requirements within the 45th Space Wing. The NAICS 237110 (Water and Sewer Line and Related Structures Construction) supports the construction (to include new work, reconstruction, rehabilitation, and repairs) related to water, sewer line, and related structures. Typical work performed may include new work, reconstruction, rehabilitation, and repairs of water, sewer line, and related structures. This industry includes contractors primarily engaged in activities related to water, sewer line, related structures construction and all structures (including buildings) that are integral parts of water and sewer networks (e.g., storage tanks, pumping stations, water treatment plants, and sewage treatment plants). Initial Requirement: The work to be performed under this project consists of providing all labor, supervision, materials and equipment necessary to reconstruct, rehabilitate and repair of the central water tower (Facility 948) which is a 400,000 gallon riveted water tank approximately 46'-0"diameter and approximately 110 foot high. Work includes performing a detailed corrosion inspection and survey of the existing interior and exterior tank and supporting structure. Repair existing corroded and damaged structural steel, connections, tank elements and miscellaneous metals per the applicable details on the structural drawings. Remove and replace portions of existing vertical ladder and related safety devices. Remove and replace existing upper level platform perimeter guardrail system. Remove existing interior and exterior linings and coatings and apply a three-coat approved epoxy lining system to the interior and an inorganic zinc system to the exterior. Replace existing Air Force logo with a vinyl logo to match existing appearance. Remove and replace existing power supply conduit and conductors feeding the existing Cathodic Protection Systems (CPS). Remove and replace conduit and wire for the aircraft warning lights. Remove and replace existing CPS. Provide new supports for communication cables. The aircraft warning light located on the tank will need to be operational at all times. Solicitation issue date on or about 2 Jul 2015 and proposal closing date of 2 Aug 2015 are tentative. The applicable NAICS Code and size standard for this acquisition are 237110/$36.5M. The minimum amount is $50,000.00 and the maximum amount is $4M. Task Orders are estimated to range between $50,000 and $2M with a 2 year ordering period. This solicitation is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) Concerns. Contract award will be based on a best value analysis using Lowest-Price Technically Acceptable (LPTA) procedures. Interested parties should register on-line and subscribe to receiving procurement announcements related to this solicitation by entering the website at www.fbo.gov. There will be no paper copies of this solicitation. All solicitation information may be obtained through the above referenced website. In accordance with FAR 36-204(f), Magnitude of Construction Projects, the initial requirement, (Project Number SXHT-1091), price is anticipated to be between $1,000,000 to $5,000,000 dollars. Period of Performance Initial Requirement (Project Number SXHT-1091): 210 days from Notice To Proceed (NTP). The Request For Proposal (RFP) will be available by Electronic Transmission only at http://www.fbo.gov. Potential offerors must be currently registered in the Systems Awards Management (SAM) to be eligible for award (www.SAM.gov). Payment for this acquisition will be made through the Wide Area Workflow (WAWF) System. Contractors must be registered in WAWF, see internet site: https://wawf.eb.mil for registration Any questions related to this solicitation must be submitted in writing via email to the Contract Specialist Ms. Donna Fowler, email: donna.fowler.2@us.af.mil) (321) 494-9944, and Contracting Officer Benjamin Crafton email: benjamin.crafton@us.af.mil (321) 494-9941. *****NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNTIL FUNDS ARE AVAILABLE TO MAKE PAYMENTS UNDER A CONTRACT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER RFP CLOSING, WITH NO OBLIGATION TO THE GOVERNMENT. *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-R-0014/listing.html)
 
Place of Performance
Address: Patrick AFB, FL 32925, United States, Patrick AFB, Florida, 32931, United States
Zip Code: 32931
 
Record
SN03769299-W 20150620/150618235341-e65b7683b06c7350999cadd53ed9377c (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.