Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2002 FBO #0117
SOLICITATION NOTICE

Z -- IMPROVE FAMILY HOUSING PHASE I

Notice Date
1/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
F38610-02-R-0004
 
Response Due
3/6/2002
 
Point of Contact
Sandy Ford, Contract Specialist, Phone (843) 963-5179, Fax (843) 963-2829, - Cheryl Bennett, Contract Specialist, Phone (843) 963-5173, Fax (843) 963-2829,
 
E-Mail Address
sandy.ford@charleston.af.mil, Cheryl.Bennett@charleston.af.mil
 
Description
Improve Family Housing, Phase I, whole house renovation, Military Family Housing (MFH) Units, Charleston AFB, SC. Dollar magnitude of this project is over $10,000,000. Renovation of up to 178 Military Family Housing Units. Project consists of a base of 134 units with a performance time of 614 days and eight (8) options including 44 additional units with additional performance time of 176 days. The total performance time for all 178 units will be 790 days. The contractor will provide all labor, supplies, materials, supervision, transportation, equipment, and all work necessary to complete the renovation of up to 178 MFH units. Work to be performed includes whole house renovation in accordance with current Air Force standards. Units consist of six basic house configurations. Interior work will include, but is not limited to: removal of asbestos and lead based paint and replacement of all interior finishes, drywall, insulation, doors, wood trim, bathroom fixtures, kitchen cabinets, kitchen countertops, refrigerators, stoves, water heaters, HVAC and utility systems including slab sewer lines, sewer and water laterals. New electrical service shall be 200 amps. Exterior work includes, but is not limited to: providing widened unit driveway, patios, privacy screening, landscaping, vinyl trim, roof shingle replacement and movement of clean out pipes. Site work will include installation of new underground electrical system with pad mounted transformers and street lighting for an all electric neighborhood, new cable television system as well as repairing the sewer system and replacing water system. Community improvements will include construction of new roadway and playground area, sidewalks, and landscaping. All work shall be in strict compliance with the specifications and drawings. A firm-fixed price contract is contemplated. This action is being considered for 100 percent set-aside for HUBZone small business concerns. Interested HUBZone small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible but not later than 10 calendar days of this notice. As a minimum, the following information is required: (a) a copy of the certificate issued by SBA of your qualifications as a HUBZone concern; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of the recent experience in work similar in type and scope to include contract numbers, project titles, dollars amounts, and points of contacts and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested HUBZone concern. If adequate interest is not received from HUBZone concerns, the solicitation will be issued as unrestricted without further notice. Therefore, replies to this notice are requested from all business concerns as well as from HUBZone concerns. The applicable North American Industry Classification System (NAICS) code is 233210 with a small business size standard of $27,500,000. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is considered more important than price. It is anticipated the solicitation will be issued electronically on or about 4 Feb 02 on the Federal Business Opportunities web page at http://www.eps.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dunn and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Anticipate award by 31 Mar 02.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/437CONS/F38610-02-R-0004/listing.html)
 
Place of Performance
Address: Charleston Air Force Base, Charleston, South Carolina
Zip Code: 29404
Country: USA
 
Record
SN00049417-F 20020329/020327214236 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.