Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
MODIFICATION

Z -- Design-Build Repair (Remediate) Airfield Obstructions, Project Number: MPLS 08-0022

Notice Date
8/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-11-B-0011_Airfield_Obstruction_Project
 
Point of Contact
RYAN D. BUENO, Phone: 2109251842, Jackie L. Murray, Phone: 2106711711
 
E-Mail Address
Ryan.bueno.1@us.af.mil, jackie.murray@lackland.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@lackland.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
***PRE-BID CONFERENCE / SITE VISIT REMINDER*** PRE-BID CONFERENCE / SITE VISIT IS SCHEDULED FOR 30 AUG 11, 8:00AM, CST. THIS IS A ONE TIME SITE VISIT AND NO OTHER SITE VISIT WILL BE CONDUCTED. THIS IS NOT A MANDATORY SITE VISIT. THE PROJECT IS INSIDE LACKLAND AIR FORCE BASE, TX. READ BELOW FOR THE LOCATION OF THE SITE VISIT AND PROCEDURE ON HOW TO ACQUIRE BASE ACCESS PASS. (END) ***ATTENTION CONTRACTORS*** *** SOLICITATION DOCUMENTS HAVE BEEN UPLOADED WHICH INCLUDES INVITATION FOR BID (IFB), ATTACHMENT 1 - STATEMENT OF WORK (SOW), ATTACHMENT 2 - WAGE DETERMINATION, THREE (3) EACH INFORMATIONAL MAPS *** *** SITE VISIT HAS BEEN CONFIRMED - READ BELOW FOR DETAIL ON TIME AND BASE PASS ACCESS INFORMATION *** **** GENERAL DESCRIPTION: PROJECT SCOPE: The contractor shall provide a complete design consisting of detailed plans and specifications, and all labor, materials and equipment required for the construction to remediation of current airfield obstructions at Lackland Air Force Base. The primary goal is to develop a permanent solution to decrease the number of Airfield Waivers that Lackland AFB currently has. This project is located on an active airfield and work is subject to security and other restrictions. Workers must be cleared by Security Forces before entering the Airfield unescorted. All workers that require driving access shall need to complete airfield-driving training. Any construction waivers shall be processed through 802 CES. The construction waivers must be submitted to 802 CES/CEPMZ 30 working days before the start of the construction process. All material and equipment provided under this contract shall have a minimum service life of 25 years. The contractor shall furnish all materials, labor, transportation, tools, and equipment, obtain necessary permits, and provide services necessary and incidental to the scope of work. All equipment shall be stored outside of the airfield clear zone. The work required to be performed by the Contractor consists of, but is not limited to, the following principal items: NORTH AND SOUTH END THRESHOLD LIGHTING SYSTEM: South Threshold Lighting System: The contractor shall design and construct a new threshold lighting system that shall be located on the south end of the runway. The contractor shall follow the Unified Facilities Criteria (UFC) 3-535-01 when designing the light system, and omit the lights in the gate. The contractor shall tie into the existing threshold system to power the lights. The contractor shall demo or cap the existing threshold lighting system, and if need be, relocate any existing wires. The contractor shall also need to restripe the entire Runway Overrun Chevrons following the Engineering Technical Letter (ETL) 04-2, and any other lines that my need to repainted. The contractor shall need to provide a temporary lighting system if the existing system needs to be shut down during flight operations. North Threshold Lighting System: The contractor shall design and install new lights to the existing threshold lighting system, so that it meets Air Force standards. The contractor shall follow the Unified Facilities Criteria (UFC) 3-535-01 when designing the light system, and omit the lights in the gate. The contractor shall demo the existing threshold lighting system, and relocate any existing wires to the new location. The contractor shall tie into the existing threshold system to power the lights. The contractor shall also need to restripe the entire Runway Overrun Chevrons following the Engineering Technical Letter (ETL) 04-2, and any other lines that my need to repainted. The contractor shall need to provide a temporary lighting system if the existing system needs to be shut down during flight operations. Note: The north and south threshold lights cannot be worked on simultaneously. NORTH MAIN GLIDE SLOPE TRANSFORMER: The contractor shall relocate the transformer for the north main glide slope located behind the shed holding the main glide slope generator to an area outside of the clear zone. The contractor shall design and construct a new pad for a new pad mounted transformer. The contractor shall design and construct the duct bank needed to connect the power to the new transformer, and the new transformer back the main glide slope. The contractor shall provide the power to the transformer and the glide slop. The contractor shall demo the existing pad, and reroute and reconnect the wires from the transformer to the glide slop. All work to follow Air Force standards on main glide slope vault systems. Period of Performance and Magnitude: The magnitude for this requirement is between $1,000,000.00 and $5,000,000.00. The period of performance is 500 days for construction. SET ASIDE: HUBZone NAICS Code: North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 238990 (All Other Specialty Trade Contractors) with a small business size standard of $14,000,000.00. BID BOND : In accordance with FAR 52.228-1 Bid Guarantee an original bid bond must be submitted with your bid package to be responsive. The amount of the bid guarantee shall be 20% of the bid price or $3,000,000.00, whichever is less. The Issuance of the Invitation for Bid (IFB) / Posting in FBO is scheduled for 19 Aug 11. Pre-Bid Conference / Site Visit is Scheduled for 30 Aug 11 at 8:00am (CST). This will be a one time site visit and no other site visit will be conducted. It is not mandatory site visit. Vendors not attending this site visit will not receive access to the site after this visit. Location: 802D Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. If you plan to participate in the site visit and need access to the base, submit your base pass request 24 hours before the site visit. Send your base pass request (see format below) to all the following email addresses to ensure your request is submitted to the visitor center: ryan.bueno.1@us.af.mil, basilio.solis@us.af.mil, chad.stemick@us.af.mil, & jackie.murray@us.af.mil. Ensure you allow at least enough time prior to the scheduled site visit at the Airman's Gate Visitor's Center located at Valley High off of Loop 410, in order to ensure access in a timely manner. Strictly follow the format below to mitigate any issues from receiving base pass: REQUEST VISITOR PASS FOR: NAME: DOB: DL#/STATE ISSUED: XXXXXXXX, TX PASS DATE(S): 8/30/2011 TIMES: 0600-1200 SOLICITATION: FA3047-11-B-0011 COMPANY: PURPOSE: Airfield Obstruction Project Bids are due on 19 Sep 11 no later than 1:00pm (CST). Specific instructions can be found in Section H, L and M of the upcoming Invitation for Bid (IFB). It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Primary POC is Ryan D. Bueno, Contract Specialist at (210) 925-1842; email: ryan.bueno.1@us.af.mil; Alternate POC are SSgt Chad J. Stemick, Contract Specialist at (210) 671-1712; email:chad.stemick@us.af.mil; Sandra Bernard, Contract Specialist at (210) 925-1841; email: sandra.hypolitebernard@us.af.mil; and Mr. Basilio Solis, Contract Specialist at (210) 671-1706; email:basilio.solis@us.af.mil; or Mr. Jack Murray, Contracting Officer at (210) 671-1711; email: Jackie.murray@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-B-0011_Airfield_Obstruction_Project/listing.html)
 
Place of Performance
Address: Kelly Airfield, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02552551-W 20110828/110827000728-d33a54c3b9fa43f0eb54592c6db77eee (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.