Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
MODIFICATION

Z -- Renovation Bldg 30070 for GLSC Consolidation - Amendment 1

Notice Date
8/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
FA8601-10-R-0068
 
Point of Contact
Patricia A Long, Phone: 937-522-4576
 
E-Mail Address
pat.long@wpafb.af.mil
(pat.long@wpafb.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Drawings 8.1 - 8.3 Environmental Report Addendum #2 Amendment 0001 ****************NOTICE************************* Amendment 0001 to include Addendum #2 to the specs and drawings has been posted. ************************************************* The solicitation is posted. Please review all documents. A site visit has been scheduled. Please read the solicitation for all the pertinent information required for this project.This notice is posted in accordance with FAR 5.2 and 36.213-2. Synopsis/Pre-Solicitation Project Number 090030: Renovate Bldg 30070 for GLSC Consolidation Solicitation Number FA8601-10-R-0068. The base scope of this project consists of providing all labor, equipment, materials, appliances, and devices and performing all work that is necessary or required to renovate facility 30070. The scope Project provides new heating and cooling systems sized for the eventual future maximum population of entire building. The heating system implements a hot water system. This project also includes rest room facilities, fire protection system, plumbing, mechanical, electrical, reinforcement of selected existing wooden ceiling joists followed by removal of selected secondary columns, removal of selected existing previous roofing, asbestos remediation, lead remediation, and limited outside work consisting of demolition of two entry canopies, demolition of one truck scales, wood stair demolition, asphalt trench demolition, curb demolition, concrete pavement/curb replacement, bollards, aluminum handrail, and a cooling tower. Note: VTC (video telephone conferencing) requires special lighting, SIPRNET (secure internet protocol router network) requires secure soundproof construction, doors require electronic access control system, heating system requires hot water & limited steam piping alterations, and steel reinforcing of existing roof joists requires ironworkers. The estimated price range is between $1M and $5M. The NAICS Code is 236220. The size standard is $33.5M. The Period of Performance for the project is 360 days. This is an 8(a) RESTRICTED ACQUISITION.. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award of solicitations issued after 31 May 1998. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Every solicitation issued after 31 May 1998 must include the clause at DFARS 252.240-7004, "Required Central Contractor Registration. NOTES: (1) The solicitation, specifications, and drawings will be available on the website on or about 5 August 2010 at https://www.fbo.gov/ (2) Hard copies of the solicitation will not be provided. However, you may download and print the file from the website. (3) There is no fee for this solicitation. (4) A registration page will be attached to the website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) 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/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. (6) You shall provide a signed copy of the SF 1442 by the proposal closing date specified in the solicitation. (7) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Also, Agencies shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0068/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02252601-W 20100826/100824235254-972aa30914f51885bb98779a3fcee230 (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.