Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
MODIFICATION

Y -- Beale AFB Hangar Renovation

Notice Date
7/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-16-B-0005
 
Archive Date
7/7/2016
 
Point of Contact
Scott A. Henry, Phone: 5023156791
 
E-Mail Address
scott.a.henry@usace.army.mil
(scott.a.henry@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bids (IFB) W912QR-16-B-0005 for the renovation of an existing aircraft hangar, B1076, Dock 5, to support the maintenance and repair of the KC-135 aircraft at Beale AFB, CA. Construction includes the demolition of a 1-story office area, demolition and construction of 2 interior structures that consist of small repair shops, conference/training rooms, restrooms, and various administrative support offices. Work includes re-coating the hangar floor, paint throughout hangar (on all structure and walls up to bottom of truss or bottom of PEMB girder), replacement of HVAC, replacement of existing metal roof panel, new fire suppression and fire protection systems, replacement of electrical and telecommunications for new admin and support spaces, replacement of fire alarm systems throughout, and a new lightning protection system. Fire suppression system work includes new pumps at a remote pump house and limited scope at surrounding hangars. Work also includes the upgrade of the existing fire alarm for an adjacent administrative area. Limited site work includes selective site demolition, patch and repair for the connection to utilities. Options: Option 1: Work includes replacing the exterior metal wall panels (excludes replacement of existing insulated metal wall panels on previous addition to hangar). Option includes the work to provide CMU base, metal panel at recess for hangar doors. Where metal wall panel is replaced, provide wall insulation in lieu of paint at wall panel. Option 2: Replacement of infrared heaters. Option 3: Replace lighting in the hangar bay, provide dryfall paint for all structure including and above the bottom of truss or bottom of PEMB girder. Option 4: Renovate restrooms at Area ‘D.' Work shall include selective demolition, replacement of doors, frames and hardware, replacement of plumbing fixtures, lighting, finishes, and toilet partitions. Option 5: Replace exterior doors, frames, and hardware. Option 6: Replace existing exterior coiling doors. Option 7: Provide ‘fuel resistive resinous flooring, 5-coat system' at hangar and work rooms in lieu of ‘fuel resistive resinous flooring, 3-coat system.' The Contract Duration is (365) calendar days from Contract Award. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220. TYPE OF SET-ASIDE: This acquisition will be a small business set-aside. SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using a sealed bidding source selection process. An award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed to be in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 July 2016. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, (Scott Henry), at (scott.a.henry@usace.army.mil). This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-B-0005/listing.html)
 
Place of Performance
Address: Beale AFB, CA, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN04180119-W 20160714/160712235635-347a91302035e83331a109d1aa8f3850 (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.