Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

Z -- M/R HVAC & IDS sytems requirements EAFB, Alaska

Notice Date
5/29/2008
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-08-R-0009
 
Response Due
7/16/2008 2:00:00 PM
 
Point of Contact
Anthony E. Torres,, Phone: 907-552-5351, Michelle D. Jones,, Phone: 907-552-5731
 
E-Mail Address
anthony.torres@elmendorf.af.mil, michelle.jones@elmendorf.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
PRESOLICITATION NOTICE: Contractor shall provide all plant, materials, equipment, tools and labor required to perform the work necessary to maintain, repair, or replace existing Heating, Ventilation, & Air Conditioning (HVAC) Systems, and Intrusion Detection Systems (IDS) Requirements on Elmendorf AFB, AK in accordance with the contract specifications and drawings. The HVAC work items include but are not limited to heating system pipe replacement, steam pit and mechanical room piping and accessories, blowers, air handling units, coils, sheet metal ductwork and ductwork accessories, refrigeration systems, electrical wiring, asphalt paving, replace concrete curbs and gutters, replace concrete sidewalks, pavement markings, base course and sub base work, and all other work defined in the line items. The IDS requirements include providing new or modified existing Electronic Security Systems (ESS), including associated equipment and appurtenances. System design shall be provided by the Government. Install systems as designed using equipment manufactured by Vindicator. No substitutions are allowed. The design of the ESS shall include devices and equipment used to detect intrusion, control access to restricted areas, detect and deny unauthorized entries within specific areas, generate reports, produce photo identification badges, and provide surveillance and annunciation alarms. The ESS shall be designed to provide operational flexibility and reliable performance. The ESS shall be modular, allowing for future incremental expansion or modification of inputs, outputs, and remote control stations. Integrated system capabilities shall include but are not limited to Intrusion Detection, Automated Access Control, Intercommunications, CCTV, and Photo Badge Identification. Each system shall be complete and ready for operation and provide for a fully integrated central station solution. New equipment shall be compatible with and operate accurately and reliably with the existing system. Include materials not normally furnished by the manufacturer with the ESS equipment necessary for a complete and operable system installation. Magnitude is between $5,000,000.00 - $10,000,000.00 including options. The basic performance period is for 365 calendar days from the date of award plus four option years thereafter. Solicitation will be available on or about 16 June 2008 with a closing date of 16 July 2008. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation package will be available only through the Electronic Posting System (EPS or FED BIZOPS). IIt has been determined that competition will be limited to 8(a) firms serviced by the SBA Alaska District Office or 8(a) firms with a bonafide branch office in the Alaska District Office area which have the NAICS code 238220 in their 8(a) business development plan. The size standard is $13 Million. All other firms are deemed ineligible to submit offers. Competition will not be restricted by stage of 8(a) program participation. Joint Venture Agreements: Joint Ventures are allowable on competitive 8(a) set-asides. The Joint Venture Agreement (JVA) and all supporting documents [i.e. tax returns, financial statements, narratives, checklists, etc.] must be submitted as soon as possible but no less than twenty (20) working days prior to the scheduled date for contract award. Incomplete packages will be returned without action. The joint venture agreement must be approved prior to award of any resulting contract. Failure to obtain SBA’s approval of the JVA prior to award will result in SBA’s request to the buying activity to terminate the award. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist (BOS) as soon as possible.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=096def4a3313de3f1fe48706a5434059&tab=core&_cview=1)
 
Place of Performance
Address: Various Sites, Elmendorf AFB, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN01582590-W 20080531/080529221043-096def4a3313de3f1fe48706a5434059 (fbodaily.com)
 
Source
FedBizOpps 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.