Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

Z -- Gym Water Seepage

Notice Date
5/26/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, US Air Force Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585, United States
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575-17-B-0004
 
Point of Contact
Elia M. Portz, Phone: +34 95 584-8017, Joseph J Carter, Phone: 34955848591
 
E-Mail Address
elia.portz.3.es@us.af.mil, joseph.carter.20@us.af.mil
(elia.portz.3.es@us.af.mil, joseph.carter.20@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force intends to issue solicitation FA5575-17-B-0004 to solicit proposals for a Firm-Fixed Price contract to correct the gym water seepage at Morón AB, Spain. The magnitude of construction for this project is estimated to be between $500,000 and $1,000,000 U.S. Dollars. The period of performance for this project is estimated at 203 calendar days. A solicitation package will be available on the Federal Business Opportunities website at www.fbo.gov on or after 15 June 2017. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Agreement of Defense Cooperation between the U.S.A. and the Kingdom of Spain, Annex 6, Article 1 (5) " Spanish material, labor, and equipment shall be used whenever feasible and consistent with the requirements". NOTE: THIS SOLICITATION IS INTENDED ONLY FOR LOCAL SOURCES IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a)(12). LOCAL SOURCES ARE THOSE SOURCES NORMALLY RESIDENT, LICENSED AND REGISTERED TO CONDUCT CONSTRUCTION BUSINESS IN SPAIN. OFFERS FROM NON-LOCAL SOURCES WILL NOT BE CONSIDERED UNDER THIS SOLICITATION. 1.1Architectural Work: 1.1.1Demolition and Disassembly Work: a.Disassemble and move the gym machines to the determinated location. b.Install protection on the floor of the gym made of one continuous polyethylene layer + MDF panels of 40mm of thickness. moreover, protect the elements located in not affected walls (east and west) and located under the ceiling, in order to conserve their conditions and not to be damaged. Keep them during the construction. c.Remove elements located in affected walls (north and south), with care of not to be damaged to be reused. d.Demolish, when it corresponds, the indicated fixtures with care, avoiding any damage to building elements. e.Carry out the work corresponding to building foundation. f.Build new walls and installations g.Carry out the works corresponding to the exterior and building finishes. h.Install new elements and elements were removed to be reused. i.Remove protections installed during the construction. gym floor protection, elements located in not affected walls (east and west) and located under the ceiling. j.Clean the gym and accommodate the equipment in the initial location k.Final cleaning of the total intervention area. 1.1.2Foundation Work: a.Provide material and construct foundation for new North and South walls. 1.1.3Steel Work: a.Clean surfaces of steel columns and all structural elements existing into North and South walls. Also shall be cleaned the bolted joints between steel columns and trusses. b.Preparation works of metal surfaces. D Sa2½ level of preparation by abrasive blasting before the passivation. c.Once the sandblasting treatment has been applied to the steel elements, a loss of section test will be developed to determinate if the condition of the steel elements is acceptable. If it is required, the damage elements shall be replaced or reinforced. d.Provide and install steel secondary structure to support the isolated metal panels and new windows. e.Provide and apply primer and final enamel coating to the structure elements (structural elements affected by the project). Color as indicated. f.Provide and apply R90 fire protection coating. g.The screws of the bolted joints between trusses and steel columns shall be fully and properly tightened. h.Provide and install isolated metal panels. 1.1.4Masonry Work: a.Provide material and construct new North and South walls. 1.1.5Phenolic paneling: a.Provide and install phenolic panels. 1.1.6Thermal and Moisture Protection: a. Provide material and seal the roof construction joints. b. Provide material and apply waterproof treatment coats. c. Fix gutters, seal gutter joints. g. Provide material and install plumbing pipe insulation. 1.1.7Doors and windows: a.Clean doors repair/restore hardware, frames and trims and reinstall. b.Install new motorized windows in North and South walls. 1.1.8Finishes: a.Provide material and repair wall cracks from interior and exterior in East and West walls. b.Provide material and apply paint to interior and exterior walls. 1.1.9Civil: a.Provide material and construct new sidewalks. 1.1.10Landscaping: a.Provide material and construct new sidewalks. b.Restore the topsoil and seeding the areas affected by the construction. 1.1.11 Gymnasium restoration: a.Contractor shall remove gymnasium equipment installed in basketball court and reinstall it in determined location. 1.2Mechanical Work: 1.2.1Demolition Plumbing & Sewer Work: a. Demolish exterior drainpipes and gutters (north and south walls). b. Demolish plumbing installations affected by the project as indicated. A proper temporary cap will be installed in the disconnection points. 1.2.2Disassembly HVAC Work: a.Disassembly air ductwork which runs along the north wall and the south wall for subsequent reinstallation and the corresponding supports and accessories. The interior ductwork shall be cleaned to be reinstalled. Existing supports shall be cleaned and painted to be reused and reinstalled too. 1.2.3Construction Plumbing & Sewer Work: a.Provide and install new drainpipes and gutters. b.Provide and install new plumbing system for north and south walls. c.Provide and install temporary potable water supply for basketball court (shelter). d.Perform potable water piping disinfection treatment (complete piping installation). e.Perform water test for fecal coliforms, e-coli, pH and residual chlorine. 1.2.4Construction HVAC Work: a.Reinstall air ductwork which runs along the north wall and the south wall. Existing supports shall be cleaned and painted and reinstalled. b.Start up, tests and adjustments of all the systems (existing and installed). 1.2.5Construction Fire Suppression System Work: a.Perform temporary modifications during the construction process to the Fire Department Connection point and fire suppression sprinkler alarm as indicated. Once finished the construction process shall be restored the original conditions. 1.3Electrical Work: 1.3.1Electrical Demolition Work: a.Partial demolition of interior electrical distribution system. b.Demolition of complete exterior lighting system. c.Partial demolition of fire alarm system. The removed appliances shall be temporary disconnected from the fire panel to avoid false alarms. d.Partial demolition of communications system. e.Partial demolition of CCTV & Access Control system. 1.3.2Construction Electrical Work: a.Provide material and perform modifications to the interior electrical distribution system. b.Provide and install new exterior lighting. c.Provide material and perform modifications to the fire alarm system. d.Provide material and perform modifications to the CCTV & Access Control system. e.Provide and install LED EXIT signs and emergency lighting. f.Provide and install electrical actuators and remote control stations for motorized windows. g.Provide material and install new grounding system. 1.4Final cleaning. 1.5Delivery of As-Built drawings. 1.6Delivery of Spatial data. Demolish existing underground pipe, manholes, valves, valve boxes, backflow preventers, water meters, fire hydrants and related existing elements and accessories, as indicated in the drawings. Those pipe sections that are no longer part of the potable water distribution system shall be capped. b.Furnish and install underground pipe, valves, valve boxes, "T" connections, backflow preventers, water flow meters, barrel/flush type fire hydrants, monoliths with hose bibbs and related elements and accessories, as indicated in the drawings. c.Disconnect and disassemble air relief valves and related accessories as indicated in the drawings. The reinstallation of each air relief valve shall include the furnishing and installation of thrust block, "T" connection from the main pipe, vertical pipe and accessories. d.Disconnect and disassemble backflow preventers and related accessories as indicated in the drawings. The reinstallation of each backflow preventer shall include the furnishing and installation of thrust blocks, polyethylene elbows, galvanized steel pipe, water flow meters and accessories. New galvanized steel pipe to be installed shall be painted using a similar color than the adjacent pipe. e.Replace the water supply pipe to flushed fire hydrants to remain, as indicated in the drawings. For each hydrant, the furnishing and installation of thrust blocks, "T" connections and supply pipes from the main pipe to the underground gate valves shall be included. Repair affected asphalt/concrete surfaces. Perform flow test in each hydrant (said tests will be performed by the Government, but the Contractor will be present during the test performance). f.Paint new barrel type hydrants, including hydrant number. Paint the covers, frames and hydrant number of the new flush type hydrants. Paint the covers, frames and hydrant number of the flush type hydrants to remain. Paint marking on the pavement for flush type hydrants. Install bollards around the new barrel type fire hydrants. Disassemble the existing 4 ½" quick connectors in the barrel type hydrants to demolish and reinstall them in the new barrel type fire hydrants. Furnish and install similar 4 ½" quick connectors for the rest of the new hydrants. g.Perform directional boring for the passage of new water piping below pavements, as indicated on the drawings. The drill opening will be protected by high density PN10 polyethylene jacket with an interior diameter big enough to easily introduce the new pipe including its electro-welded fittings. h.Repair elements affected by project execution (pavement, topsoil, vegetation, sidewalks, etc.). The finish will be similar to the adjacent finish. i.Perform a leak detection survey to include the new water system installed, as well as the existing pipes that are fed from the new system and supply water to the buildings located inside the areas shown on the drawings as Zona A, B and C. j.GPS topographic study. k.General cleaning of the work site. l.Delivery of As-Built drawings. The certification requirements are as follows: CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "Registro Oficial de Licitadores y Empresas Clasificadas del Estado", covering the following groups, subgroups, and categories. The certificate holder must execute the activities related to the certificate. GroupSubgroupCategory C1, 2, 3, 4, 6, 7 & 9b J2, 4b K9b I1, 6, 7b It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.fbo.gov, frequently for any new postings that may have been made. The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. In order to be awarded a contract by the U.S. Government, the company must be registered in the System for Award Management (SAM); contracts cannot be awarded to unregistered contractors. Registration can be made online at www.sam.gov/portal/public/SAM/ NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902-446-688. To obtain a NATO CAGE code you must fill out the form found in: http://www.dlis.dla.mil/Forms/Form AC135.asp. Failure to be registered in SAM at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is SAM registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code. ***NOTICE: FUNDING FOR THIS REQUIREMENT IS CURRENTLY NOT AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE BID ACCEPTANCE PERIOD SHOULD BE VALID THROUGH 30 SEP 2017. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d31f3a760105e988b845c8b6ead4984a)
 
Place of Performance
Address: Moron AB, Spain
 
Record
SN04524819-W 20170528/170526235309-d31f3a760105e988b845c8b6ead4984a (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.