Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

Z -- REPAIR RAPCON AND CONTROL TOWER HVAC, BLDGS 4745 & 4750 AT SEYMOUR JOHNSON AFB, NC

Notice Date
3/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
F31610-03-R0004
 
Archive Date
12/31/2003
 
Point of Contact
Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404, - Jim Thigpen, Contract Acquisitions Officer, Phone 919-722-5609, Fax 919-722-5404,
 
E-Mail Address
imelda.reantaso@seymourjohnson.af.mil, jim.thigpen@seymourjohnson.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete Repair RAPCON and Control Tower HVAC, Bldgs 4745 & 4750 at Seymour Johnson AFB, NC. The work involved for Repair RAPCON includes, but is not limited to: the removal of the existing air cooled chillers, gas fired boiler, central station air handlers and selected ductwork. The installation of new chillers, boiler, selected ductwork, piping, and associated controls and electrical power services. The work involved for Repair Control Tower includes, but is not limited to: the connection of the tower chilled water system to the RAPCON chilled water system and the installation of split system DX cooling units for supplemental cooling to the control tower area. All work shall be in strict compliance with the specifications and drawings. A firm-fixed price contract award 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 5 calendar days from the date 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 and fulfill the requirements of Federal Acquisition Regulation (FAR) Clause 52.219-14; (c) evidence of recent and relative experience in work similar in type and scope to include contract numbers, project titles, dollar 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 and qualified HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified HUBZone concern. A decision on whether this requirement will be pursued as a HUBZone small business set-aside or on an unrestricted basis will be posted on EPS within 2 calendar days after the 5 calendar days have expired. The project magnitude is estimated between $250,000.00 and $500,000.00. The applicable North American Industry Classification System (NAICS) code is 238220 with a small business size standard of $12,000,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 10 Apr 03 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. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or .exe.), MaxView/SourceView.exe, and AutoCAD. More information concerning these viewers can be found on the EPS website. Note: Any prospective contractor 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 Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Primary POC is TSgt Imelda A. Reantaso at (919) 722-5409; email: imelda.reantaso@seymourjohnson.af.mil or 1Lt Jim Thigpen at (919) 722-5409; e-mail: jim.thigpen@seymourjohnson.af.mil.
 
Place of Performance
Address: SEYMOUR JOHNSON AFB, NC
Zip Code: 27531
Country: USA
 
Record
SN00281975-W 20030320/030319061907 (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.