Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
MODIFICATION

Z -- Add/Rpr IMC Fire Suppression System - Site Visit - 15 Dec 16

Notice Date
12/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-16-R-0028
 
Point of Contact
Christopher R. Tate, Phone: 8439635180, Rozella N. Johnson, Phone: 8439635173
 
E-Mail Address
christopher.tate.6@us.af.mil, rozella.johnson.1@us.af.mil
(christopher.tate.6@us.af.mil, rozella.johnson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Visit Briefing Slides Site Visit Attendees Sign In Sheet Site Visit Minutes The no-later-than date to submit your questions has been extended to 29 Dec 16, 11:00 AM EST. Submit your Questions to christopher.tate.6@us.af.mil, rozella.johnson.1@us.af.mil, bernice.moragne.1@us.af.mil. If you have already submitted questions, please resubmit your questions to the above three email addresses. Current Primary Point of Contact for this solicitation is SSgt Christopher Tate, 843-963-5180, not Michael Mesko. This Solicitation will now be FA4418-17-R-0003. This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Add/Repair Industrial Maintenance Complex (IMC) Fire Suppression System Solicitation Number: FA4418-16-R-0028 This sources sought is for planning purposes only and replaces FA4418-16-R-0025, which has been cancled. The scope of this project consists of furnishing all plant, labor, material, equipment, supplies, and supervision necessary to complete projects DKFX 11-1005A & DKFX 11-1005B, Add/Repair Industrial Maintenance Complex (IMC) Fire Suppression System, at Joint Base Charleston - Air Base (JB CHS-AB), Charleston, South Carolina, with a performance time of approximately 593 days. The work to be performed on project DKFX 11-1005A is to repair the existing fire suppression system supporting three aircraft maintenance hangars (B532, B570 & B700). The project includes installation of approximately 3,000 LF of new 20" PVC fire main pipe extending underground from B516 pump house to buildings B532, B570 and B700, replacing the four existing diesel-driven fire pumps in B516 pump house with four electric-motor driven new fire pumps, demolition of the 750K gallon water storage tank and installation of two new 150K gallon water storage tanks. This project includes asphalt/concrete paving and patching, excavation, mechanical and electrical work, demolition, road cuts, site restoration, and all necessary and essential equipment and appurtenances. The work to be performed on project DKFX 11-1005B is to install approximately 1500 LF of new 20" PVC fire main pipe extending underground from B516 to pump house B64 to provide fire suppression water to four buildings (B63, B515, B519, B578). Upon completion of installation of the electric driven fire pumps in building 516, the project also includes disconnecting the existing B64 pump house and the adjacent water tank from system. The four fire pumps and Diesel engines in B64 are to be demolished. This project includes excavation, mechanical and electrical work, demolition, asphalt/concrete paving and patching, road cuts, site restoration, and all necessary and essential equipment and appurtenances as required. Dollar magnitude for this contract is between $5,000,000 and $10,000,000. The applicable NAICS code is 237110, Water and Sewer Line and Related Structures Construction, with a Small Business Size Standard of $36,500,000. "WHILE FUNDS ARE NOT PRESENTLY AVAILABLE WITHIN THE AIR MOBILITY COMMAND TO FUND THIS PROJECT, WE ANTICIPATE FUNDS WILL BECOME AVAILABLE BY 1 NOV 2016. IF CURRENT FISCAL YEAR (FY16) FUNDS BECOME AVAILABLE, CONTRACT AWARDS WILL BE MADE NO LATER THAN 30 SEP 16. IF FY16 FUNDS ARE NOT AVAILABLE, PROJECTS WILL BE FUNDED WITH FY17 FUNDS. WE EXPECT TO HAVE FY17 FUNDS BY 1 NOV 2016. SOLICITATION MAY BE CANCELLED AND ALL OFFERS REJECTED BEFORE AWARD BUT AFTER SOLICITATION CLOSING DATE WHEN CANCELLATION IS CLEARLY IN THE GOVERNMENT'S BEST INTEREST." Contract type will be Firm-Fixed-Price. Capabilities are sought from small businesses for the purposes of determining if this requirement can be set-aside. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (8(a), SDVOSB, HUBZone, WOSB, EDWOSB) or SB. 8(a), SDVOSB, HUBZone, WOSB, EDWOSB or SB firms will first be sought by individual group. If a response from two or more qualified firms is received for any of these categories, this requirement may be set-aside. Should an insufficient number of responses be received in these categories, the requirement may be issued as unrestricted. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit a proposal/bid for this solicitation are highly encouraged to submit a capabilities package to the Primary Point of Contact listed below, by 9:00 am EST on 11 Oct 16 : AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under NAICS code 237110: 8(a), SDVOSB, HUBZone, WOSB, EDWOSB or Small Business. (b) A positive statement of your intention to submit a proposal/bid on this contract as a prime contractor. (c) Provide DUNS Number or Cage Code. (d) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles and descriptions 3. Dollar amounts 4. Percent and description of work self-performed. 5. Customer points of contact with current telephone number and email address. (e) Evidence of bonding capability of a minimum of $5,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested small business concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone, WOSB, EDWOSB or SB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 12 Oct 16, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this pre-solicitation notice. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Send responses to below address or via email to primary point of contact NLT 11 Oct 16, 9:00 am EST. Contracting Office Mailing Address: 628 CONS/LGCB Attn: Michael Mesko 101 E. Hill Blvd Joint Base Charleston, SC 29404-5021 Points of Contact: Primary: Michael Mesko, Contract Specialist, Phone (843) 963-5171, Fax (843) 963-2829, e-mail: michael.mesko@us.af.mil. If you send responses via fax please confirm receipt. Alternate: Rozella N. Johnson, Contracting Officer, Phone (843) 963-5173, Fax (843) 963-2829, e-mail: rozella.johnson.1@us.af.mil. If you send responses via fax please confirm receipt. Place of Performance: Joint Base Charleston - Air Base, Charleston, SC Postal Code: 29404 Country: USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-16-R-0028/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air Base, Charleston, South Carolina, 29404-5021, United States
Zip Code: 29404-5021
 
Record
SN04359386-W 20161224/161222235232-3c24dd7180e3cf8512300a07152b4ce7 (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.