Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
MODIFICATION

Z -- WPAFB Project ZHTV030004A-E, Replace Fire Alarm Systems. - Solicitation 1

Notice Date
7/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-09-R-0031
 
Archive Date
11/30/2009
 
Point of Contact
JUDE I. OSUDOH, Phone: 9375224552, Kevin D Parks, Phone: 937-522-4613
 
E-Mail Address
jude.osudoh@wpafb.af.mil, kevin.parks@wpafb.af.mil
(jude.osudoh@wpafb.af.mil, kevin.parks@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Wage Decision Specifications Drawings Solicitation SOLICITATION: This notice is posted in accordance with FAR 5.2 and 36.213-2. This is an UNRESTRICTED ACQUISITION for Full and Open Competition. The NAICS Code is 238210 and the Size Standard is $14M. SOLICITATION NUMBER: FA8601-09-R-0031 Replace Fire Alarm Systems, Facilities 20651, 20652, 20653, 20654, 20655, Project ZHTV030004A-E. Project scope includes replacing existing, antiquated fire alarm systems and the addtion of new mass notification systems in various Materiels Complex buildings in Area B. Estimated cost of proposed acquisition is between $500,000 and $1,000,000. Special Concerns/Requirements: Contractor shall have a licensed Fire Protection Engineer (FPE) review all work. FPE shall provide a letter certifying the construction is executed per design and UFC 03-600-01. Contractor should have extensive experience in: 1) working within an occupied facility 2) working in laboratories; and, 3) working in mixed occupancy type facilities. Existing fire alarm and mass notification systems must be operational while the new system is installed, tested and accepted as complete and useable. Contractor should also have experience in removing, transporting and disposing of/or recycling of environmental hazardous materials including asbestos, lead based paint and smoke detectors containing radioactive material. In accordance with FAR 4.1102 and DFARS 252.204-704 "Required Central Contractor Registration," Contractor must be registered in CCR prior to award. Registration may be accomplished at http://www.ccr.gov. NOTES: 1. The solicitation, specifications, and drawings will be available on the World Wide Web on or about 17 July 2009 at: http://www.fbo.gov. The date for receipt of proposals is 17 August 2009. The period of performance is 365 days. 2. Copies of the specification and drawings will be available for inspection at Dayton Builders Exchange, Minority Contractors Business Assistance Program, and F. W. Dodge Division. No other hard copies will be available. 3. There is no fee for this solicitation. 4. A registration page will be attached to the web site. You are not required to register. However, when you register, you will receive notice of any amendments and/or addenda that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the web site for any changes to the solicitation. 5. You shall provide a signed copy of the SF 1442 at the time and place specified in the solicitation for receipt of proposals. There will not be a public opening. Sealed envelopes containing proposals shall be marked to show the offeror's name and address, the solicitation number, and the date and time proposals are due. 6. Contractors shall be capable of securing bonding for the total proposed amount (base plus options). However, contractors shall only be responsible for providing bonding for the base amount plus the amount of any and all options exercised at the time of award. If an option is exercised after award, contractors shall be responsible for securing the additional bonding equal to the amount of the option. 7. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with these contractors. 8. This is a WPAFB Construction Contracting (PKJ) program. The current status is Pre-Solicitation and it is a Category Z - Maintenance, repair, and alteration of real pr
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-09-R-0031/listing.html)
 
Place of Performance
Address: Area B, Wright-Patterson Air Force Base, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01879005-W 20090719/090717235715-402aa605338269a7adf9424aecc213d8 (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.