Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
MODIFICATION

Z -- Remediate Mold, Control Tower, Building 708

Notice Date
11/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd, Box 50, Homestead ARS, Florida, 33039-1299
 
ZIP Code
33039-1299
 
Solicitation Number
FA6648-12-R-0003
 
Archive Date
12/28/2011
 
Point of Contact
Raquel L. Mingo, Phone: 786-415-7403
 
E-Mail Address
raquel.mingo@us.af.mil
(raquel.mingo@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
URGENT AND COMPELLING FOR SOUTH FLORIDA CONTRACTORS ONLY Project: KYJM 12-9007 Remediate Mold, Control Tower, Building 708. The work covered under this project shall be performed on Homestead ARB, FL, and shall consist of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, supervision and all miscellaneous requirements needed to perform all operations in conjunction with the effort to accomplish the scope of work. All work shall be done in conformance with applicable sections of the Environmental Protection Specification, the project specifications, project drawings, Federal, State, and Miami-Dade Department of Environmental Management (DERM) codes and regulations, and OSHA requirements. The following work shall be performed on Building 708: Mold remediation shall include, but is not limited to, the following: 1. Ceilings and ceiling mounted fixtures 2. Walls and wall mounted fixtures 3. Shelving 4. Cabinets (inside and out) 5. Appliances and sinks 6. Doors and doorframes 7. Baseboards 8. Flooring HEPA vacuum all surfaces from top to bottom, and in the direction from least contaminated area towards more contaminated area. Wipe all surfaces with antimicrobial disinfectant. Only EPA-approved fungicide shall be used. When clean, the area shall be free of the following: clutter and debris, moisture, humidity above 60% RH, musty or moldy odors, dust, mold growth, and spore levels above normal background levels as determined by HARB contracting representative. Aggressively scrub the air in each area using HEPA air scrubbers. All carpeting shall be removed and replaced with HARB approved carpet. Contractor shall remove all gypsum wall board along exterior walls of the rooms. Once the gypsum wall board has been removed, the contractor shall contact LGC to inspect the framing and insulation and provide the following work in accordance with the inspecion finds. Contaminated metal studs will need to be cleaned with detergent and treated with fungicide. Any metal studs that are rusted and deteriorated shall be replaced. Approximately 126 metal studs will need to be replaced. Contaminated insulation shall be removed and replaced with similar. Approximately 2672 SF of insulation will need to be replaced. Replace GWB with new mold resistant wallboard. Approximately 6300 SF of GWB and 800 LF of baseboards will need to be replaced. Remove and replace all ceiling tiles that have water damage and/or mold growth. The acquisition shall be awarded as a Firm Fixed Price type contract to the bidder. The procurement is for a HUBZONE set-aside. The North American Industry Classification is 238990 and magnitude of construction threshold is between $25,000 and $100,000. The Period of Performance for this requirement is 90 calendar days after issuance of the Notice to Proceed. All prospective offerors must be registered in the Central Contractors Registration (CCR) at http://www.ccr.gov and On-line Representation and Certification Application (ORCA) at https://orca.bpn.gov prior to the time of award. The closing date and time for submission of offers will be contained in the solicitation package. The solicitation notices and any/all amendments will be posted on this website ( http://www.fedbizopps.gov ) and all prospective offerors are responsible to visit this site frequently to obtain this or any other information pertinent to this acquisition. Pre-bid site visit will be held on or about 1 December 2011 on Homestead Air Reserve Base, FL, in building 360 at 0900. Interested firms must send a written request via email, mail or electronics facsimile. Requests should include company name, address phone/fax, and point of contact information. No phone calls please. Please put all inquiries in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/482LSSLGC/FA6648-12-R-0003/listing.html)
 
Place of Performance
Address: 29055 Coral Sea Blvd., Homestead ARB, Florida, 33039, United States
Zip Code: 33039
 
Record
SN02623435-W 20111117/111115234240-dd97ff1ea653252550785ef76e6a6e94 (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.