Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOLICITATION NOTICE

Z -- Repair/Reconstruction of Trans Maintenance Facility, Bldg. 3001

Notice Date
6/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
 
ZIP Code
08641
 
Solicitation Number
FA4484-04-R-0007
 
Point of Contact
James Robinson, Contract Specialist, Phone (609)754-4651, Fax (609)754-4642, - Pamela Mitchell, Contract Specialist, Phone (609) 754-4730, Fax (609) 754-4642,
 
E-Mail Address
james.robinson@mcguire.af.mil, pamela.mitchell@mcguire.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
McGuire Air Force Base, Burlington County, New Jersey, is requesting proposals for the repair/reconfiguration of the Maintenance Administration Facility, Bldg. 3001. Work required includes but is not limited to: Phase construction to allow vehicle maintenance services to have continuous operation during construction work. Two-phased construction. Remove asbestos and lead base paint as shown and as required to do the work. Demolish and remove to approved landfill all demolition and abatement debris. Provide storage and HVAC mezzanines. Provide exterior windows and brick veneer. Remove all exterior conduits and appendages to allow the installation of the brick veneer. Conduit to be run on the interior of building. Provide all utilities complete. Provide complete thermal insulation of exterior surfaces. Replace all interior and exterior doors as shown. Replace all windows and block up remaining as shown. Demolish portion of North Wing, provide garage doors as shown. Provide structural modifications as required to complete the work. Provide new finishes and paint for all interior spaces Reconfigure existing and provide increase in office and administration space. Provide new mechanical system(s). Replace (in kind) existing roof system and modify for new brick facing. Renovate/reconfigure restrooms and locker spaces and add area for shower stalls. Provide combined break and lunch area. Provide a new electrical distribution system throughout the building including power, lighting, outlets and controls. Provide a new fire alarm control system complete with new control panel, graphic annunciator panel, transmitter & antenna, alarm devices, conduit and wire. The system shall be an addressable type. All devices shall be wired class-A, 4-wire in accordance with NFPA Provide new graphic annunciator panel at main entrance. New fire alarm control and transceiver panels shall be located in the new electrical room. Provide new fire protection system. Provide a new communication room with access from the inside of the building. Re-route the fiber off the exterior wall and into this new communication room. Extend the copper from the existing entrance point to this new communications room. Provide new tri-plex outlets throughout the facility. Provide all new terminations, punch down blocks, and patch panels as required for a complete and usable system. Provide a cable TV service from the street underground to the electrical room. Provide jacks as shown. Test facility for asbestos and lead based paint; design to remove if necessary. Design for Antiterrorism Force Protection criteria in accordance with applicable standards. The above general description of work does not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, supervision, quality control, materials, supplies, equipment and transportation necessary to complete all work in accordance with the specifications. Performance period for this project is 360 days from issuance of Notice To Proceed. The magnitude of this construction is between $1,000,000.00 and $5,000,000.00. The proposed procurement listed herein is a competitive 8 (a) HUBZone set aside. Only regional (NY, NJ & PA) 8(a) HUBZone companies will be eligible to submit proposals. Award of a contract from this solicitation will be made on the basis of Best Value to the government using past performance and price. The Government reserves the right to award a contract to other than the lowest price offeror. North American Industry Classification System (NAICS) Code for this procurement is 236220 Any concern responding to this solicitation is considered a small business if the annual records of the concern and its affiliates for the proceeding three fiscal years do not exceed $28.5 million. All relevant solicitation documents including specifications and or drawings will be made available for download exclusively from the internet by accessing the Federal Business Opportunity (FBO) Website http://www.fedbizopps.gov by following the links on the FBO website to: USAF Offices, Air Mobility Command, 305th CONS. 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; and verifying the number of amendments issued prior to the due date for bids. The closing date and time for submission of offers will be contained within the solicitation package. NOTE to ALL Offerors: You are ultimately responsible for reviewing the Federal Business Opportunity (FBO) Site for all information relevant to desired acquisitions. All responsible concerns may submit a proposal, which shall be considered by the agency. All potential sources must obtain a DUNS number and be registered in the Central Contractor Register (CCR) in order to transact business with the Department of Defense (DOD). Lack of registration in the CCR database and failure to obtain a DUNS number will make an Offeror ineligible for award. NOTE to ALL Offerors: The closing date and time for submission of offers will be contained within the solicitation package. No response to this notice is necessary and NO SOURCE LIST / BIDDER'S MAILING LIST will be maintained. NOTE to ALL Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation either before or after the RFP closing date. If Funding is not available by 30 Sep 04, no award will be made from this solicitation. NOTE to ALL Offerors: POTENTIAL OFFERS WILL BE REQUIRED TO PROVIDE PAST PERFORMANCE INFORMATION NO LATER THAN THE DATE OF THE SCHEDULED SITE VISIT. Failure to provide this information may render an offer non-responsive. A solicitation (FA4484-04-R-0007) will be issued on or about: 26 Jul 04
 
Place of Performance
Address: McGuire AFB NJ
Zip Code: 08641
Country: USA
 
Record
SN00612045-W 20040701/040629212140 (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.