Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
MODIFICATION

Y -- RENOVATE SHAW HOUSE LODGING BUILDING

Notice Date
5/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Keesler AFB, 81st Contracting Squadron, 310 M Street Rm 102, Keesler AFB, Mississippi, 39534-2147
 
ZIP Code
39534-2147
 
Solicitation Number
F2J31D2-11-5A001
 
Point of Contact
Cabin Long, Phone: 2283775504, Reggie E. Temple, Phone: 228-377-3130
 
E-Mail Address
cabin.long.1@us.af.mil, reggie.temple@us.af.mil
(cabin.long.1@us.af.mil, reggie.temple@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The 81st Contracting Squadron at Keesler AFB, MS requires renovations that consist of furnishing all labor, tools, parts, materials, facilities, permits and transportation necessary to renovate an existing 3 story, concrete framed, dormitory/lodging structure. The facility is approximately 50 years old. The building contains roughly 75,000 square feet laid out in a typical lodging plan with exterior loaded corridors throughout. The project is not in a highly restricted area, however all contractors must be able to gain a security pass to access the Base. This project shall include the renovation of the entire lodging facility. This building renovation project shall comply with all local and federal building codes to include but not limited to the safety and well being of future lodging occupants and workers. This project will involve the replacement of interior finishes as well as upgrades to building services which shall include: electrical, fire suppression / sprinkler systems, and other relevant mechanical items which are major elements in this project or building code requirements. The full intent of this renovation is to update interior and exterior building areas providing various amenities and upgrades throughout the facility. A dominant factor of this renovation is the need for replacement and upgrade of the HVAC system to adequately sustain an economical ambient temperature capable of proving occupant comfort, and preventing interior mold to the facility. Specific needs include: new chill water piping (convert 2 pipe system to 4 pipe system), new convectors/air handlers, DDC controls, replace windows, and doors controlled make-up/fresh air entry points. Other project requirements include: Installation of drop ceilings and/or access panels at expansion joints to help reduce the need for frequent drywall repairs. THIS ACQUISITION WILL BE A 100% Service-Disabled Veteran-Owned Small Business Concern WITH NO GEOGRAPHICAL RESTRICTIONS, UTILIZING PAST PERFORMANCE EVALUATIONS AFTER BEST VALUE / TECHNICALLY ACCEPTABILITY IS DETERMINED. PROCEDURES: ONLY Interested responsible rated 100% Service-Disabled Veteran-Owned Small Business Concerned companies may submit a proposal. The North American Industry Classification System (NAICS) Code is 236220 (Industrial Building Construction). The Business Size Standard is $33,500,000 in average annual receipts for the last three years. Magnitude of proposed construction is between $1,000,000.00 and $5,000,000.00. The Solicitation Package, Specifications, and Drawings, will tentatively be posted on the FedBizOps Website: http://www.eps.gov on/or around 21 May 2012 with a tentative closing date of 20 June 2012. The contract performance period will be 240 days from the Notice to Proceed. All Contractors wishing to do business with the Government are required to register in the DOD Central Contractor Registry (CCR) Database prior to proposal. CCR Registration may be accomplished online at http://www.ccr.gov. Contractors are further advised that failure to register in the DOD Central Registration Database will render them ineligible for award. Registration requires applicants to have an active DUNS number and CCR Cage Code. It is recommended to register immediately in CCR in order to be eligible for proposal submission. CONTRACTORS WISHING TO PROVIDE A PROPOSAL MUST ATTEND THE SITE VISIT TO BE ELIGIBLE TO SUBMIT A PROPOSAL. SITE VISIT DATE WILL BE RELEASED IN THE SOLICITATION. The complete REQUEST FOR PROPOSAL (RFP) SOLICITATION WITHOUT DISCSUSSIONS will contain the project plans and specifications, and made available without charge through the FedBizOps website at https://fbo.gov/ only. Copies will not be distributed by the contracting office. This project will be awarded to a Service-Disabled Veteran-Owned Small Business Concern as a Firm-Fixed Price Contract based on 'Best Value / Technically Acceptable and Past Performance contingent of funding. The solicitation will be available electronically on FedBizOps on or about 20 May 2012 with an anticipated closing date on or about 20 June 2012. The single source of entry for all documentation pertaining to this acquisition will be http://www.fbo.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e., issued Amendments, Changes to the Statement of Work, etc). Telephone and Fax requests for a solicitation package will NOT be accepted. Administrative questions concerning this requirement may be brought to the attention of Cabin Long at (228) 377-5504, or email: cabin.long.1@us.af.mil, or Reggie Temple at (228) 377-3130, or email: 228-377-3130 NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION IF OR WHEN FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/KAFBCS/F2J31D2-11-5A001/listing.html)
 
Place of Performance
Address: KEESLER AIR FORCE BASE IN BILOXI MISSISSIPPI, 310 M STREET BLDG 4605, KEESLER AIR FORCE BASE, Mississippi, 39534, United States
Zip Code: 39534
 
Record
SN02742964-W 20120511/120509234842-af3d2d05cb87db45ae8acf89118918fa (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.