Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
MODIFICATION

Y -- Modification 01 to W912LD-04-R-0001 - Construct Consolidated Aircraft Maintenance Facility

Notice Date
5/25/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
143 AW/LGC, RIANG Base Supply Building, 5 Minuteman Way, North Kingstown, RI 02852-7547
 
ZIP Code
02852-7547
 
Solicitation Number
W912LD-04-R-0001
 
Response Due
6/22/2004
 
Archive Date
8/21/2004
 
Point of Contact
Dena Kist, 401-886-1317
 
E-Mail Address
Email your questions to 143 AW/LGC
(dena.kist@riquon.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Services, non-personal to provide all plant, labor, transportation, materials, equipment and appliances necessary to Construct Consolidated Aircraft Maintenance Facility, Project Number TWLR949661A, for a C130, Model J-30. The facility will provide m aintenance shops for repairing aircraft engines and parts. Avionics and electronic instrument support shops will also be part of this facility including administration office space, classrooms and storage for aircraft engines and parts. The facility size i s approximately 2,768 SM (29,800 SF) with a maximum height of 9.75M (32FT). The foundation system will be steel pipe piles supporting pile caps and grade beams. Timber driven piles will support a structural slab for the floor of the facility for the slabs on grade. The primary structure will be structural steel with metal bar joist roof framing. The siding will be a combination of cavity wall CMU/ brick veneer and metal panels. The roofing will be Standing Seam Metal over metal deck and insulation. Interior finishes include epoxy painted CMU walls, light gauge metal framing with Gypsum board, acoustical ceiling tile systems, VCT and ceramic tile, carpeting and painting exposed structure. The electrical will support voltages of 480/277, 240 delta and 208/120 with connection to existing base voltage of 15Kv. HVAC will be required consisting of air handling units and gas fired Hot Water Boilers with supporting piping and ductwork. The fire protection system will include an overhead wet pipe system. The civil wor k will include both asphalt and concrete paving for parking areas and roadways. Area of construction encompasses approximately 10,400 SM (12,450 SY). Trenching and installation of utilities is required, with pipe and manhole systems tying into existing uti lities including installation of an Oil/Water separator. The engine shops will have a 3-ton and a 1-ton bridge crane, The construction will need to be accomplished without interruption of the day-to-day operations at the base including operation of the adj acent Hangar bay and roadway access. It is the Governments desire to use Partnering between the Government and Contractor as per AGC guidelines. The estimated cost range of this project is between $5,000,000 and $10,000,000. The total construction performa nce period is 330 days after receipt of NTP. The solicitation issue date is on/about 20 May 2004. Proposal Closing date is NLT 2:00 PM EST on 22 June 2004. A firm-fixed price contract will be awarded. Award will be UNRESTRICTED and is being made pursuant t o the Small Business Competitiveness Demonstration Program (Ref: FAR 19.10. The North American Industry Classification System (NAICS) Code is 236220 and the Size Standard for Small Businesses is $28.5 million average gross revenue of the concern taken for the last 3 fiscal years. A Small Business subcontracting plan will be required if the Offeror is a large business and must be submitted with offer. The solicitation package, plans and specifications will be issued via the web only, they can be viewed or do wnloaded at http://www.ripfo.ngb.army.mil/ebs/advertisedsolicitations.asp. Also, all amendments, site visit minutes and questions will be posted on that website. There is no charge for the plans and specifications or other solicitation documents. All contr actors and subcontractors interested in this project must register at the USPFO For Rhode Island website. All potential offerors, plan room(s) and printing companies are required to register in the Central Contractors Registration (CCR)http://www.ccr.gov. The contract will be awarded under Source Selection procedures specified in the solicitation. Evaluation factors include Price, Past Performance and Technical requirements to include but not limited to the proposed work schedule. A date of Thursday, 27 May 2004 at 1:00PM has been established for a Pre-proposal Conference. Interested contractors are encouraged to attend and should contact SMSgt Dena Kist at emai l address dena.kist@riquon.ang.af.mil for clearance at the main gate. Place of performance is Rhode Island Air National Guard Base, Quonset State Airport, North Kingstown, Rhode Island.
 
Place of Performance
Address: 143 AW/LGC RIANG Base Supply Building, 5 Minuteman Way North Kingstown RI
Zip Code: 02852-7547
Country: US
 
Record
SN00592132-W 20040527/040525212238 (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.