Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOLICITATION NOTICE

43 -- Replace Diesel Drive Fire Pumps, 1 SOCES, Bldg. 90705

Notice Date
10/30/2014
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-15-R-0004
 
Archive Date
12/31/2014
 
Point of Contact
Tonya C. Garrett, Phone: 8508841252, Shawn Edwards, Phone: 8508843364
 
E-Mail Address
tonya.garrett@hurlburt.af.mil, shawn.edwards.14@us.af.mil
(tonya.garrett@hurlburt.af.mil, shawn.edwards.14@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Currently this project is listed under the "Authority to Advertise" program. There is no guarantee funds will become available. "Notice to Offerors: Funds are not presently available for this project and no award will be made under this solicitation until funds are available. Bid acceptance period should be valid through 31 December 14. Due to budget uncertainty, the government reserves the right to cancel this solicitation, either on or before 31 December 2014, with no obligation to the offeror by the government." This synopsis is for the replacement of the Diesel Drive Fire Pumps, 1 SOCES, Bldg. 90705 on Hurlburt Field, FL. The contractor shall furnish all labor, materials, tools, supervision, and equipment to perform all operations necessary to accomplish all work as shown on the drawings and specifications. The work to be performed includes, but is not necessarily limited to the following: (1) Replace the four diesel driven fire pumps in Bldg. 90705 with new electric driven fire pumps. (2) Replace pump motor controllers. (3) Replace tank fill system with altitude valve. (4) Replace jockey pump and piping. (5) Replace exterior PIC valves. (6) Install a ductless air conditioner. (7) Replace valve located in valve pit with electric valve. (8) Change FDC location. (9) Add PIV isolation valve on piping to building 90700. (10) Install new pad mounted transformers and underground secondaries to provide 480 Volt power to new Fire Pumps and Controllers. (11) Relocate monitoring modules and connect new Fire Pump Controllers to existing Fire Alarm System. (12) Provide 208 Volt circuitry to new Jockey Pump and Controller. (13) Remove and replace light fixtures. (14) New prefinished gutters and downspouts with precast concrete splash-blocks. (15) CMU infill of existing thru-wall louver opening. (16) New hollow metal doors and frames, with paint finish. (17) New fixed aluminum windows. (18) New paint finish of interior ceiling and CMU walls, and exterior CMU walls. This acquisition will be set aside for "HUBZONE SET-ASIDE" offerors only. The North American Industry Classification System (NAICS) code for this project is 238220 with a size standard of $33.5M. This contract will be a "Performance Price Trade-Off with Technical Factors" contract; award will be made based on the "Best Value" to the Government in accordance with FAR 15.101. The Government reserves the right to award a contract to other than the low proposed price. Performance period is 210 calendar days. The contract will be a single award, Firm-Fixed-Price type contract. One (1) contract line item number (CLIN) will be incorporated into the contract. CLIN 1 is for Replace Diesel Driven Fire Pumps, Bldg. 90705 IAW Drawings and Specifications. Estimated magnitude for the total project is between $500,000 and $1,000,000. Payment, performance and bid bonds will be required within ten (10) days of contract award. The work is required in support of the 1st Special Operations Civil Engineer Squadron. The issuance date for this solicitation is projected to be on/about 14 November 14. Prospective contractors must be registered in the SAM Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. This solicitation will be available ONLY via the Internet at the following address: http://www.fbo.gov. For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. NO paper copies of the solicitation will be furnished.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-15-R-0004/listing.html)
 
Place of Performance
Address: 350 Tully Street, Bldg. 90339, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03561926-W 20141101/141030235907-cda2ce165adaa4bbd374202bc7cfa475 (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.