MODIFICATION
Z -- Repair Elevator F200
- Notice Date
- 9/5/2019
- Notice Type
- Modification/Amendment
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, Oklahoma, 73705-5036
- ZIP Code
- 73705-5036
- Solicitation Number
- IFB243B
- Point of Contact
- Teddy T. Thomas, Phone: 5802137174, Willard Vinson, Phone: 580 213-5120
- E-Mail Address
-
teddy.thomas.ctr@us.af.mil, willard.vinson.ctr@us.af.mil
(teddy.thomas.ctr@us.af.mil, willard.vinson.ctr@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Work of Project is defined by the Contract Documents and consists in brief as the following, for more exact information, reference the full statement of work and drawings presented per Sec 00 01 15 List of Drawing Sheets: The existing elevator at F200 is a Kone brand MRL (Machine Room-less) traction elevator designed without a machinery space or a machine room to house the mechanical equipment for powering the elevator. Vance AFB is seeking proposals to replace this existing elevator with a new 2500Ib capacity, direct plunger, non-telescoping, non-inverted cylinder, in-ground hydraulic elevator with front and rear doors. The Elevator speed shall meet or exceed 80ft per minute. Controller shall have onboard diagnostic tool. First floor doors will be one speed side sliding left hand, and second floor doors will be one speed right hand doors. The elevator brand and specifically the model has been prescreened and found to meet UFC 03-490-06: Elevators issued 08 June 2018. This project will require selective demolition of the existing rough opening and removal of the existing cab and operating mechanisms including all existing mechanical equipment. Additionally, wall framing for a new machine room and adjacent storage closet will occur in an existing office. Framing of two new doors to access the new mechanical rom and the existing office. Contract to include design services for all framing and finishing. Work shall occur in accordance with all state and federal laws and meet all required OSHA standards for worker protections. CONTRACTOR REQUIREMENTS: The Contractor awarded will need to provide information to have business set up for payment. Also will need to fill out forms for Reps & Certs, W-9, & Authorization Agreement For Vendor Automatic Electronic Funds Transfer. If you are large business you will need to be set up on 45 days net terms and small business will be 30 days Net terms. Questions can be submitted to asrcc.constructionmgmt@us.af.mil up until 10 September 2019 at 1PM Central Time. You must use the Comment/Question form, only one question per form; but you can submit as many question necessary. The Bid Opening date has been extended to 17 September 2019 at 2 PM central Time. The Award will be contingent upon approval of funds, reference checks, D&B rating, Technical Approach, and low cost acceptable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/CVC/IFB243B/listing.html)
- Place of Performance
- Address: 3 miles South, Enid, Oklahoma, 73703, United States
- Zip Code: 73703
- Zip Code: 73703
- Record
- SN05433297-W 20190907/190905231352-f2b8885a6fe192950470385ad580cae1 (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 |