Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2002 FBO #0227
SOLICITATION NOTICE

Z -- Architectural & Refrigeration Upgrade at Portsmouth NNSY, VA Commissary

Notice Date
7/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron - DeCA Support, 2250 Foulois Street, Suite 3 Bldg 8400, Lackland AFB, TX, 78236-1007
 
ZIP Code
78236-1007
 
Solicitation Number
F41689-02-R-0088
 
Response Due
8/27/2002
 
Point of Contact
John Clayborne, Contracting Officer, Phone 210-671-1190, Fax 210-671-1196, - Linda Bryant, Contracting Officer, Phone 210-671-8427, Fax 210-671-1196,
 
E-Mail Address
john.clayborne@randolph.af.mil, linda.bryant@randolph.af.mil
 
Description
This requirement is for the renovation of existing 3,389m2 or 36,483 square feet of commissary at Norfolk Naval Shipyard, Portsmouth VA. This will entail the replacement of existing sales/checkout areas, processing/cold storage rooms, administration offices and miscellaneous support rooms with the following new areas: cashier?s office, customer service and store manager?s office, customer restrooms commissary officer?s office, deputy commissary officer?s office, administration area, employee restrooms, contract stocker storage, operating supply storage, product storage and processing, produce manager?s office, meat storage & processing, meat manager?s office . Paint storage, sales & checkout areas to include DeCA standard d?cor finishes, signage/graphics, new display cases and relocated gondola shelving. Provide complete replacement of all plumbing fixtures and piping: drains for refrigeration and new rooms as required, new gas fired water heater, grease trap and new gas piping system. Modify sprinkler system for new rooms. Provide complete replacement of all HVAC systems including ductwork, air handling units, grilles and registers. Provide new gas boiler. Provide complete replacement of entire refrigeration system and associated display cases. Provide complete replacement of all power, lighting, and low voltage systems in their entirety (except main switchboard will remain and be back fed from a new service). Provide complete replacement of all communication as required for new equipment such as boiler control panel, garbage disposals and dual path air handling units. Provide complete replacement of refrigeration power feeder system with manual transfer switch; occupancy sensors; receptacles at check stands for display cases; floor outlets in produce. Replace fire alarm system, security system, and telephone systems complete. Replace existing commissary sign with DeCA d?cor standard illuminated commissary building sign. Repair damaged msonry headers and replace dock equipment at three primary receiving doors. Provide hydraulic dock lift at northeast corner of facility. This project includes miscellaneous repairs as well as hazardous material abatement. Phasing overall construction work will be required through the duration of the project to allow for full operation of the commissary. Time for project completion is approximately 540 days. Offerors are responsible for periodic preventative maintenance thirty days after Notice to Proceed (NTP) and will continue 90 calendar days after final acceptance of the project. This acquisition is unrestricted. The magnitude of construction is between $1,000,000.00 and $5,000,000.00. Bid guarantee is required. Estimate closing date is 27 Aug 02. This project will be a best value acquisition where Performance Price Tradeoff (PPT)will be utilized. Proposals will be evaluated on past performance and price with past performance being more important than price. All responsible sources meeting the criteria set forth in the RFP may submit an offer, which will be considered by the Government. Telephone request for this proposal will not be honored. Written request must cite RFP F41689-02-R-0088. REquesters should provide full address, Point of Contact and telephone number and e-mail address (Solicitation will be posted electronically). Requesters should also furnish the nine digit zip code. Award of this project is subject to the availability of funds. This is not a commericial item as defined in FAR Part 12. The specifications and drawings will be availabile by mail on CD-ROM, all other sections of the solicitation will be posted on FedBizOpps, via the internet. The correct phone number for John Clayborne is (210) 671-8424.
 
Place of Performance
Address: Bldg 350, Portsmouth VA,
Zip Code: 23709-1001
Country: United States
 
Record
SN00116541-W 20020717/020715213304 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.