Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
MODIFICATION

56 -- Design-Build, Repair Student Dormitory (10255)

Notice Date
2/4/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-13-B-0002
 
Archive Date
3/21/2013
 
Point of Contact
Robert De La Rosa, Phone: 210-671-0644, Jorge Canavati, Phone: 210-671-1714
 
E-Mail Address
robert.delarosa.1@us.af.mil, jorge.canavati@us.af.mil
(robert.delarosa.1@us.af.mil, jorge.canavati@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Please note that both Site Visit and Bid Opening dates are only estimated. Official dates will be posted along with IFB and all supporting documents, dates for official IFB posting is undetermined. Further announcements are forth coming. Title: Design-Build, Repair Student Dormitory (10255) Project Numbers: MPLS 97-1156A2 Back Ground: Built in 1987, the dormitory component is a three story modular brick veneer building with CMU backup walls. The foundation is a structural poured-in-place concrete slab over a crawl space. The floor structure on the upper levels is bar joists and metal deck with a concrete slab. Interior walls are a mix of drywall and plaster. The building has 132 dormitory rooms, all of which are accessed from open, exterior (balcony style) corridors and stairways. Each toilet/shower room serves two sleeping rooms each of which has a lavatory. HVAC is provided by fan coil units located in ceiling furr-downs in the dressing area ceiling of each room. The fan coil units are supplied by a 2 pipe system (one supply pipe and one return pipe) from the central plant, Building 10263. Scope of Work: The following is a summary of the scope of work, which includes renovate one 39,945 SF student dormitory building 10255. All work shall be in conformance with the approved 100% design drawings, specifications and design criteria listed in Statement of Work (SOW), including the furnishing of all materials, labor, plant, tools, equipment, and services necessary and incidental thereto. mold remediation (20 SF / dorm room, 2640 SF total) and correction of HVAC design to provide fresh air, continuous ventilation and adequate exhaust to control humidity. The scope of work for this project shall include, but limited to the following: DEMOLITION a. Remove all interior drywall, including screws; metal studs to remain (assume 25% replacement) b. Remove 38 ea. exterior door frame and window assembly units. Frames are to be saw cut out with care taken not to damage existing brick and CMU c. Remove 16 ea. existing broken windows d. Remove existing wall mounted handrail at stairwells e. Remove existing terrazzo shower pans and shower drains f. Remove mechanical equipment as specified to be replaced below g. Remove existing (2-pipe) hydronic piping that feeds building 10255 h. Remove 66 ea. toilets and shower fixtures to include associated piping i. Remove 132 vanity fixtures to include associated piping j. Remove all domestic water distribution piping within the building k. Remove existing floor VCT finishes and base l. Remove existing wall and floor ceramic tile m. Clean existing floor mastics (floor prep) n. Remove 132 existing interior doors and frames o. Remove, salvage and return to Owner 132 ea. existing humidifiers p. Remove, salvage and return to Owner existing pay phone housings q. Remove and reinstall metal roof in areas where water leaks have been identified (2000 SF) INTERIOR a. Replace all wardrobes (2 per room x 132 rooms = 264 ea.) and interior finishes to include ceilings, walls, floors in all dorm rooms, bathrooms and dressing areas; replace up to 25% damaged metal studs b. Replace all plaster on metal lath finishes in the dressing room, bathroom areas and exterior walls, per each dormitory room c. Replace all vanity cabinets and counter-tops with new solid surface tops, 132 ea. d. Replace all bathroom accessories e. Replace wood blocking for restroom accessories f. Install new metal studs at mechanical chases g. Replace gypsum board on all walls and ceilings h. Remediate possible mold on walls and ceilings (assume 20 SF per dorm room) i. Install mold resistant gypsum board in shower areas showers only; all other to be standard j. Install ¾" hat channel and plaster at all exterior walls k. Replace all framing and gypsum board at all ceilings l. Remove all piping that currently feeds each humidifier per room m. Install new wall batt insulation n. Install ceiling batt insulation at 3rd floor only (not 1st and 2nd) o. Replace all (resilient flooring) VCT and 4" vinyl base in all 132 dorm rooms and dressing areas, provide minor floor prep p. Install transition strips (thresholds) at ceramic tile to VCT between bathroom and dressing area q. Replace all 2x2 floor ceramic tile in restroom and shower areas for all 132 rooms, minor floor prep is required r. Replace all ceramic floor cove base in restroom areas only s. Tape, bed and finish all interior walls and ceilings t. Install heavy texture at walls and ceilings u. Prime and paint all interior walls and ceilings v. Replace all 3'x3' framed mirrors at each dressing room, 132 ea. w. Replace all medicine cabinets with mirror, 132 ea. x. Install new 18" stainless steel towel bars, 264 ea. y. Install new shower curtain and hooks, 66 ea. z. Install wall mounted soap dishes, 198 ea. aa. Install single roll toilet paper dispensers, 66 ea. bb. Install new 4' x 4' - 1" metal mini blinds, 132 ea. (field verify size) EXTERIOR a. Paint all existing aluminum handrails b. Paint all existing exposed exterior ferrous metals, including brick lintels, stair risers and pans, including back and underside of stairs and landings; stairs shall identified as existing to remain c. Skim coat and minor patching at the exterior soffits; assume 500 SF of replacement and repair, due to the lifting of the structure d. Plaster repair will likely be required at the removal of the standing seam metal soffit on the third floor at the existing plaster soffit e. Patch / repair of small square holes cut throughout soffit f. Paint all existing plaster soffits g. Repair (re-point) exterior masonry brick/CMU due to foundation shifting; 2065 SF (selective repair) h. Repair soldier course above all new door frames, including new steel lintels i. Replace rails as necessary; 25 LF j. Seal all existing (horizontal and vertical) internal gutters and downspouts k. Install new exterior gutters and downspouts l. Install erosion control - silt fencing around entire construction site and lay-down area, per local, state, and federal requirements m. Previous contract will install new irrigation system and permanent erosion matting beneath sod in grass areas to a distance of a maximum 5 FT away from the building foundation and at the end of downspouts to prevent future scouring. Under this contract, ensure no damage is done to the existing irrigation system or the permanent erosion matting installed from previous contract. Contractor shall replace any permanent erosion matting that is damaged under this contract. n. Provide/install 157 ea. 8" x 12" exterior room signs STRUCTURAL a. Assessment survey facility condition is required before and after work has been completed; b. Replace the window/door metal frame units (one per room, blast proof) for the following room numbers: A1003, A1004, A1005, A1007, A1008, A1011, A1013, A1015, A1016, A1018, A1020, A1021, A1030, A1031, A1033, A1035, A1037, A1041, A1044, A212, A225, A226, A229, A230, A232, A236, A238, A302, A311, A318, A319, A324, A325, A328, A329, A330, A343, A344 c. Saw-cut and remove 38 ea. existing window/door metal frame units d. Install (38 ea.) window/door metal frame units to meet AT/FP standards for blast protection e. Provide a Geotechnical investigation on the south side of the building (a minimum of two soil borings to at least 20 feet deep) f. Replace existing walkway on south side of building (565 square feet) g. Install, as necessary, a helical pile system design (signed and sealed by a professional engineer registered in the state of Texas) on the south side of the building along the east section that corresponds to the rooms listed in section a.) above (approximately 200 LF) i. Helical piles shall be thermoplastic coated ii. Helical piles shall have a minimum 20 year warranty (Labor & Materials) h. Excavate, jack hammer and saw cut as necessary to detach existing failed foundation footings and steel reinforcement on north side of building just below the foundation beams i. Lift the building hydraulically to correct the settlement displacement j. Install reinforcement for the two exterior beam lines, for the section of the south wall which shall be repaired and corresponds to the rooms listed in section a.) above of this SOW (approximately 200 LF) k. Contractor shall replace permanent erosion control matting beneath sod in grass areas to a distance of a maximum 5' away from the building foundation where excavation is required for ram-jack work l. Perform site elevation survey m. Re-grade portions of site as necessary for positive drainage away from building based on site survey n. Contractor install new sod in all areas where excavation is required for the ram-jack work and/or areas damaged as a result from the work under this contract o. Contractor shall replace (as required) all splash blocks to building and secure each splash block by tie-in to existing building foundation p. Contractor shall repair any/all damage caused as a result from the structural repairs under this contract PLUMBING a. Contractor shall test all plumbing systems before and after work has been completed. Contractor shall repair any damage caused by the Contractor as a result of the repairs under this contract b. Replace all existing plumbing fixtures (MOEN brand or equivalent) and associated piping to include but not limited to shower fixtures (including mixing valve), shower enclosures, shower receptors/pans/drains, toilets, lavatories/fixtures and exterior water fountains c. Inspect (camera) and repair all plumbing sewer lines to the main and roof drains d. Replace all existing drain, waste and vent piping. e. Replace existing domestic water storage tank, domestic hot water boiler, expansion tank, circulating pumps and return circulators f. Install water softening system g. Install fire stopping and joint sealers as required to meet code h. Furnish and install access panels required for work i. Provide 132 lavatory supplies and 132 pre-manufactured lavatory units with solid surface countertops j. Provide condensate drain fittings on p-traps for disposal of condensate from fan-coil units k. Provide 66 tank type water closets l. Provide 66 shower units, with acrylic base and acrylic enclosure, manufactured to a custom size; provide new mixing valve and trim with supply and shower head; provide new shower drains m. Provide all new drain, waste and vent piping; connect to the existing waste line as it exits the crawl space n. Provide wall cleanouts at each waste riser on each floor o. Replace all domestic water distributing piping within the building to include but not limited to hot, cold and hot water recirculation lines and main runs; provide all new insulation with fiberglass and service jacket; provide metal jackets at sleeves p. Provide water hammer arrestors; provide PPP models q. Provide/install water softener system for the building ELECTRICAL a. Replace all light fixtures (interior/exterior) b. Replace all branch circuit wiring c. Replace all outlets, receptacles, switches, panel boards d. Replace all exit signs and wiring (do not provide the hanging type) e. Replace all feeder wiring f. Replace all incoming service wiring from pad-mounted transformer to main panel MB g. Replace all wiring devices h. Replace all wiring to fan-coil units i. Replace fire alarm devices and associated wiring j. Replace emergency lighting fixtures and wiring k. Remove CCTV cameras and protect the cables. (Cameras to be reinstalled at the current locations and reconnected/tested at completion of work) l. Furnish and install access panels required for work m. Install fire stopping and joint sealers as required to meet code n. Install new electrical panel boards at the same locations as the existing panel boards. New panels shall be sized for voltage and amperage of the new building power demand; circuit breakers shall be sized accordingly o. Replace all EMT conduits p. Provide circuit breakers for lighting to be separate from receptacles q. Install new feeder wiring from main panel to branch panels r. Install new service wiring (two parallel sets underground) from pad-mounted transformer to main panel s. Install new wiring devices and plates (ivory) t. Install self-contained GFCI at lavatories u. Install weatherproof GFCI type receptacles for exterior use v. Install receptacles for vending machines on dedicated circuits w. Install new surface mounted fluorescent light fixtures on dorm room ceilings (center of room) with occupancy sensor switch x. Install wall mounted fluorescent fixture above the lavatories controlled by a manual switch at the lavatory y. Install recessed compact fluorescent down light in the bathroom near the shower; fixture must distribute light into the shower area z. Install recessed heat lamp fixture in ceiling near the shower aa. Install wall mounted compact fluorescent fixtures in the exterior walkway at the same locations as the existing fixtures; exterior lighting shall be controlled by a new lighting contactor with photo control bb. Replace all junction boxes and conductors cc. Install new strip lighting and wiring devices at mechanical, electrical, janitors and storage rooms aa. Connect new fan-coil units and thermostats bb. Provide any wiring which may be required for the installation of 132 ea. electronic wireless locks, from building 10255 via dedicated circuits to building 10253 designated as the CQ cc. Provide, install and connect new fire alarm panel, smoke detectors, alarm devices, pull stations, annunciation, and communication devices to connect to the base system. The system shall meet all NFPA requirements for dormitory installation. All fire alarm wiring shall be new and shall be installed in conduits. dd. Install new emergency lighting units and wiring along the exterior walkway and stairs. The units shall be damp location rated and shall have internal battery and charger to supply 90 minutes of power to the unit lamps. Position the units to provide an average of 1 foot candle and not less than 0.1 foot candle at any point along the path of egress at the floor. Uniformity ratio shall not exceed 40 to 1 max to min. ee. Install new exit lights and wiring denoting the exit locations. The exit lights shall be plastic or aluminum, wet location labeled, LED type. Connect exit lights to a new fused disconnect to be located at the main panel. ff. Reinstall/test the existing CCTV cameras and housings. Re-connect position and aim for best coverage and demonstrate proper operation. gg. Replace/test mass notification / PA system and speakers. Re-connect position and aim for best coverage and demonstrate proper operation. hh. Install a complete lightning protection system for this building with cathotic protection ii. Provide (via switchgear manufacturer) electrical system study for fault current, device coordination, and arc-flash. A report shall be submitted showing adequate rating for all devices, settings for best possible coordination, and arc-flash calculations. Each piece of electrical equipment shall have a label as described in NFPA 70E denoting the energy level, boundaries, category, clothing requirements, etc. jj. Furnish and install ceiling fans for all dorm rooms, 132 ea. kk. Transformer is in good condition and shall not be replaced for this project FIRE ALARM a. Replace fire alarm system and emergency lighting system; connect the system to provide a signal to the base fire department b. Addressable fire alarm panels can be one of the following: Silent Knight 5820XL, Notifier NFS320, Firelite MS9200 c. Other addressable panels may be acceptable but must be approved by Lackland Alarm Shop. Addressable fire alarm panels that require proprietary programming software that is not available to the Lackland Alarm shop will not be accepted. The preference in manufacturer is Silent Knight panel since it is already in use at buildings 10261 and 10265. d. Provide a laptop computer with the new building program, software and hardware to fully maintain the alarm panel. The laptop will become property of the Lackland Alarm shop. e. Do not change any factory passwords on the fire alarm panel f. The Base fire alarm radio system uses the Monaco BT-X radio transceiver. Radio Frequency for Lackland is 138.9250Mhz Antenna whip length is 51-1/8 inches, antenna must be at least 3 feet above rain gutter g. Fire alarm panel and Monaco transceiver must not be mounted higher than 5 foot 8 to the top of the cabinets h. Locate the alarm panel in an exterior mechanical room so the fire department can have access after duty hours i. Audio visuals for the fire alarm can be Gentex Commander 3 for wall mount and Gentex Commander 4 for ceiling mount j. All duct smokes to be supervisory alarm only with the HVAC shutdown. All HVAC units to shut down individually k. Single stage smoke detectors in sleeping areas will be a local alarm within the room affected and will not activate the building alarm. Addressable smoke detectors with sounder bases are acceptable l. The fire alarm contractor will provide a set of prints during the inspection for the Lackland Alarm shop to use and keep m. All exterior pull stations will be double action type and made of metal n. Mount panel and transceiver ½ inch away from the wall to prevent water from leaking into the alarm cabinets MECHANICAL General - Replace existing 2-pipe HVAC system with a new 4-pipe HVAC system; includes but is not limited to replacement of all fan coil units with both heating and cooling coils, all hydronic system components, all control components, addition of make-up air unit and associated ductwork with heat recovery supplying conditioned outside air to each room and replacement of all exhaust fans, exhaust ductwork, supply ductwork and air devices. Contractor work shall be in compliance with all applicable criteria and shall include all material, labor and equipment needed to provide a complete and fully functioning system. a. Demo all existing hydronic piping, insulation andassociated components within building starting at undergroundconnection to underground distribution loop. b. Furnish and install access panels required for work c. Furnish and install fire stopping and joint sealers as required for this work d. Install new sheet metal ductwork and grilles for each fan coil unit. Provide filter-grilles for each fan coil unit that can be changed from below the ceiling. e. Install new condensate drain piping from each fan coil unit to sink trap in each dorm room. Insulate condensate drains. f. Install new chilled and heating water pumps in the mechanical room with the MAU. Provide variable frequency drives (VFD) for each pump. Provide controls to maintain differential pressure set-point in the piping system. Provide EMCS connection for all mechanical (HVAC) equipment g. Install new 4 pipe hydronic distribution piping and insulation from point of connection to central plant loop (North of B. 10255) to individual fan coil units. h. Provide central exhaust system routing vertically to the energy recovery unit. Provide one exhaust riser per four dorm rooms (one per toilet quad). Provide rated shaft with fire dampers at each penetration of the shaft. i. Provide Makeup Air Unit (MAU) in first floor mechanical room. Unit shall have roof mounted intake extending down in a chase from the roof similar to buildings 10261 and 10265. MAU shall be equipped with filtration, integral face and bypass heating coil, chilled water cooling coil andwrap-around energy recovery refrigerant coil (heat pipe) to pre-cool and reheat the air. All MAU control functions will be interfaced to the EMCS. j. Provide outside air distribution ductwork from the MAU up to the attic, then down in chases at the toilet quads. Makeup air risers will be provided for each pair of rooms, and will be ducted to the return plenum on the fan-coil units (similar to 10261 and 10265). Provide rated shafts with fire dampers at the penetration of the shafts. Individual supply grilles for makeup air into each dressing area. k. Provide complete testing and balancing for all air side and water side equipment installed under this contract. l. Provide thermal insulation for all piping and ductwork systems. m. All control components shall be compatible with the Base EMCS front end located in building 5595. All monitoring and control points shall be connected the Base EMCS front end. DOORS/WINDOWS/FRAMES a. Replace 58 ea. exterior single doors (3x7) with solid core wood doors for rooms A1044, A1038, A1036, A1028, A1026, A106, A108, A109, A1024, A1022, A1020, A1016, A1018, A1014, A1012, A1008, A1006, A1004, A1002, A1003, A1001, A1005, A1007, A1009, A1011, A1013, A1015, A1017, A1019, A103, A1025, A1029, A1033, A1039, A1041, A1043, A1030, A206, A208, A209, A205, A212, A229, A234, A238, A301, A302, A303, A304, A305, A306, A308, A309, A310, A319, A328, A329, A344 b. Remove / re-install wireless CAC reader locking mechanism for those doors being replaced; test wireless CAC reader locking mechanism for those doors replaced c. Contractor shall replace any CAC reader locking mechanisms damaged as a result of the work accomplished under this contract d. Replace 132 ea. interior single doors (3x7) with solid core wood doors; e. Replace 1 ea. exterior double door (6x7) with solid core wood doors; f. Replace all interior and exterior door hardware throughout the building; g. Contractor shall visit the site and measure the openings to ensure a proper fitting of the new doors into the existing frames h. Replace in kind, 16 ea. exterior windows for rooms A1007, A1019, A1023, A1035, A1037, A211, A213, A216, A228, A233, A234, A242, A243, A315, A317, A323; replace glass only; do not replace frame unless listed in paragraph a.) above i. Caulk/seal and install new weather-stripping for all exterior windows j. Prime/paint/seal all interior/exterior doors and door/window frame units k. Caulk all door/window frames to dissimilar material l. Replace weather-stripping for all interior/exterior doors m. Replace all door thresholds (interior/exterior) n. Install 132 ea. protective weather tight lock covers over each electronic door lock to protect against the weather elements o. Replace 25 (each) exterior door locks with standard mortise cylinder keyed door locks with small format, 7 pin inter-changeable core, complete biting list and 26D finish; these locks are for the mechanical, electrical, communications and storage rooms p. Provide removable mullions at all double doors q. Provide key tree for all locks to Lackland base locksmith r. Concrete: Patch thresholds at existing and new door frames s. Package & label all hardware per door opening t. Furnish/install 38 ea. new mape panels below windows for window/door frame units being replaced FIRE SUPPRESSION SYSTEM a. Install a new (complete) wet-pipe fire sprinkler system, to include shotgun fire riser and all associated piping/equipment so as to provide a complete and fully operational fire protection system b. New underground service is not required, tie in shall be at existing standpipe water supply line c. Contractor shall perform flow test to determine if fire pump is required d. Remove existing standpipe system e. Provide 3 floor riser and branch lines as required f. Provide Fire Department Connection as per code g. Provide alternate pricing for CPVC h. Furnish and install access panels required for work i. Fire stopping and joint sealers as required for this work j. Testing and Certification for the work. ROOF a. Inspect and repair existing downspout roof drains and overflow drains in stairwell areas b. Install attic insulation above third floor ceiling c. Install new insulation, ice/water shield, trim and flashing to match existing adjacent roofing as needed d. New 1.5" - 20 ga. B deck replacement as needed (3,000 SF) e. Remove loosened base of metal, inspect for failed soldered joints and transitions; re-solder as required and install continuous EPDM liner under panels andgutter, extend to downspouts at flat roofs above stairwells. f. New roof curbs for roof louvers g. Flash/seal to eliminate existing internal gutters and downspouts and install new external gutters and downspouts; h. Remove debris from all horizontal gutters i. Provide a 1-year limited warranty on material and labor j. With the exception of the tower flashing details, the existing roof is in good shape and will be identified as "existing to remain". The flashing details at the towers, as well as the vertical and horizontal internal gutters, have been leaking into the building interior, corridor and storage rooms. All needs to be reworked / replaced to eliminate leaks caused by excess hydrostatic pressure at the integral gutter and downspouts. • Remove and/or loosen the base of the metal panels to reveal loose or broken panel joints; re-solder any failed seams found in the gutter or panel transitions; line the entire trough with an un-reinforced EPDM membrane system (18" min. up under the panels) • Failed seams at the internal gutters need to be detailed in a similar way as listed above • Remove and/or loosen the base of the metal panels to reveal loose or broken panel joints; re-solder any failed seams found in the gutter or panel transitions • Install new roof flashings at ventilation louvers to match existing Design: The Contractor shall provide a complete design analysis (60% and 100% design submittals) under this design-build contract to repair/renovate/upgrade all major systems/finishes to building 10255, as required by this Statement of Work (SOW) to include: itemized cost estimates, equipment selection, investigations and testing as required, design/load calculations, studies, referenced design instructions and working 100% design & shop drawings as required for construction. Contractor shall provide final red-line as-built drawings (to include shop drawings) stamped/sealed by the Contractor's Engineer of Record (Professional Engineer) for all engineering disciplines. Fire suppression drawings shall be stamp/sealed by certified/licensed Fire Protection Engineer. All work shall be accomplished in accordance with the latest edition of applicable codes, standards, regulations and other requirements. In the case where two or more standards are applicable, the contractor is to ensure compliance with the more stringent of the standards. All construction work shall be in strict conformance with design drawings and specifications and shall include the furnishing of all materials, labor, plant, tools, equipment, and services necessary to accomplish the provisions of this SOW. Period of Performance and Magnitude: The magnitude for this requirement is between $5,000,000.00 and $10,000,000.00. The period of performance is 145 calendar days for design efforts and 180 Calendar days for construction Geographical Restriction: For this procurement it has been determined that competition will be limited to 8(a) construction firms located within the geographical area serviced by the Small Business Administration (SBA) San Antonio District Office, and other 8(a) construction firms with a bona fide place of business within the SBA San Antonio District Office geographical area. Through market research sufficient 8(a) construction firms are available in this geographical area. (See attached Informational Map) NAICS Code: North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction with a small business size standard of $35.500,000.00 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. Pre-Bid Conference / Site Visit is Scheduled for 19 Feb 13 (Estimated) at 9:00am (CST). Location: 802d Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. *Note: The official Pre-Bid / Site visit date will be posted on the IFB. Bids are due on 6 Mar 13 (Estimated ) no later than 1:00pm (CST). Specific instructions can be found in Section H, L and M of the upcoming Invitation for Bid (IFB). *Note: The official Bid opening due date will be posted on the 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 for System for Award Documents (SAM) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun andBradstreet. Registration may take up to threeweeks to process. Recommend registering immediately in order to be eligible for timely award. All prospective contractors submitting an offer in response to the subject solicitation must go to the link below to update their profile in SAM if not already transferred from CCR records or has expired. https://www.sam.gov/portal/public/SAM?activationCode=Q949aIK1A1VK5Wo 802 CONS Primary POCs are: Mr. Robert De La Rosa, Contract Specialist at (210)-671-0644 email: robert.delarosa.1@us.af.mil ; Mr. Jorge M. Canavati, Contract Specialist at (210) 671-1714; email: jorge.canavati@us.af.mil, Mr. Jackie L. 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/FA3047-13-B-0002 /listing.html)
 
Place of Performance
Address: Lackland AFB, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02979195-W 20130206/130204234357-15bf4b13b4f9137aebc79f4ac1ced755 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.