Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOURCES SOUGHT

J -- Repair Hangar Fire Suppresion System

Notice Date
1/30/2009
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 106 RQW/LGC, FRANCIS S. GABRESKI ARPT (ANG), BLDG 250, WESTHAMPTON BEACH, New York, 11978-1201
 
ZIP Code
11978-1201
 
Solicitation Number
W912PQ-09-R-0004
 
Archive Date
2/28/2009
 
Point of Contact
Fred Rodriguez,, Phone: 6317237562
 
E-Mail Address
fred.rodriguez@nysuff.ang.af.mil
 
Small Business Set-Aside
N/A
 
Description
Information Needed: SOURCES SOUGHT SYNOPSIS: Market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Section 8a, Historically Underutilized Business Zones (HUB Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Emerging Small Businesses, to perform repairs on a fire suppression system located in two aircraft hangars at the 106th RQW, 150 Riverhead Rd., Gabreski Airport, Westhampton Beach, NY 11978. Note: the existing system currently does not operate. Scope of Work: The repair of the Fuel Cell Fire Suppression System in Hangar A will consist of construction of a new addition to the existing pump house, removal of all existing piping and valves in existing pump house, replace with new piping, add a new 75,000 gallon tank, replace existing jockey & pump, replace existing 8" connections from the 10" connection to Hangar A with a 10" connection, provide two new electrically driven pumps, install new high-expansion foam system in inside Hangar A, remove existing foam systems in Hangar A, install automatic water sprinkler system in Hangar A, replace non-code conforming sprinkler system in shops and office areas, and provide the base domestic water distribution with a second connection to the public main. The repair of the Repair Maintenance Hangar Fire Suppression in Hangar B will consist of removal of existing foam systems in Hangar B, install automatic water sprinkler system in Hangar B, install new high-expansion foam system inside hangar B, and replace non-code conforming sprinkler system in shops and office areas. The location of work will be at the 106th Rescue Wing, Francis S. Gabreski Airport (ANG), Westhampton Beach, NY. Work will be conducted in strict accordance with contract and all applicable Federal, State, and Local Laws, Regulations, Codes, and Directives. Work will also provide related services such as preparing and submitting required reports, performing administrative work, and submitting necessary information as specified under contract. The North American Industry Classification System (NAICS) code for this work is 238990. The small business size standard is $13 million. Government is requesting members of the Section 8a, Historically Underutilized Business Zones (HUB Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Emerging Small Business Community that are interested shall furnish following information: 1. Company name, address, point of contact, telephone number, and email address. 2. Type of Small Business Community member (Section 8a, Historically Underutilized Business Zones (HUB Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Emerging Small Business) 3. Provide a general statement of your capabilities and demonstrate the capacity to perform the work to include Bonding Capacity, i.e., single project bonding, total bonding. 4. Demonstrate specialized experience and technical competence in fire suppression installation/repair and demonstrate a minimum of three examples within past 5 years. Include name, address, telephone number, and email address of references. Also, provide a brief description of work performed, contract number, total contract value, and period of performance. THIS NOTICE IS FOR INFORMATION ONLY. The information you are submitting are responses to the above four questions. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. E-Mail responses to this request are preferred and should be sent to Fred Rodriguez at: fred.rodriguez@nysuff.ang.af.mil or you can fax your responses to (631) 723-7569. The due date and time for responses to this announcement is 2:00 pm EST, 13 February 2009. This is not a request for proposal and does not constitute any commitment by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7036166593048288fcdb4cfd24a114b5&tab=core&_cview=1)
 
Place of Performance
Address: Francis S. Gabreski Airport (ANG), Westhampton Beach, New York, 11978, United States
Zip Code: 11978
 
Record
SN01741257-W 20090201/090130220056-7036166593048288fcdb4cfd24a114b5 (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.