SOLICITATION NOTICE
Z -- Upgrade Fire Suppression, Multiple Hangars
- Notice Date
- 4/16/2015
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation 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-0027
- Point of Contact
- Romeo B. Reyes, Phone: 8508843288, Robert E. Burns, Phone: 8508842036
- E-Mail Address
-
romeo.reyes.1@us.af.mil, robert.burns.40@us.af.mil
(romeo.reyes.1@us.af.mil, robert.burns.40@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- This project is being solicited under AFFARS MP5332.7. Funds are not currently available for this project, and no award will be made until funds become available. The Government reserves the right to cancel the solicitation, either before or after the proposal closing date with no obligation to the offeror. FAR clause 52.232-18, Availability of Funds will be incorporated into the solicitation. This synopsis is for the upgrade of three (3) separate hangars located 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 project drawings and specifications: FTEV 14-1057, Upgrade Electrical Service in Hangar 90700, FTEV 13-1002, Install Fire Suppression in Hangar 90029 and FTEV 13-1001, Upgrade Hangar Fire Suppression System in Hangar 90225. The general work includes, but not limited to, the following principal features: Hangar 90700, Remove existing indoor unit substations and associated medium voltage feeders and vacuum breakers, install pad mounted transformers outside of the hangar. Install a transformer on the north side and a separate transformer on the south side of facility. Extend two underground secondary services into the facility. Install new main service switchboards on the first floor level, one on the north side of the facility and one on the south side of the facility. Provide permanent nameplates on each switchboard as detailed on the contract drawings. Install new switchboards to replace the existing unit substations on the pylon mezzanines. Reconnect and/or replace existing secondary feeders and connect the existing hangar door power panels ahead of the main breakers in the new main service switchboards. Hangar 90029, the existing AFFF equipment in this riser room will be removed completely and a new header/riser system shall be installed in this space and in the adjacent compressor room. The water supply entrance to the facility shall be re-worked to include an interior surge tank, isolation valve and check valve. Provide five foam generators for the Aircraft Service Area. The existing foam pull stations shall be removed and new pull stations installed. The existing wet pipe sprinkler system shall be extended to protect the elevator machine room and shaft. The riser room will be equipped with a through-the wall PTAC unit in place of the exhaust fan. The existing intelligent addressable fire alarm system will be modified to interface with the modifications to existing sprinkler and foam suppression systems. The existing mass notification system local operator's console HVAC emergency shutdown switches will be connected to the existing building main DDC control panel. The existing DDC system shall be upgraded to include Start/Stop control for each piece of air moving HVAC equipment. Hangar 90225, remove the existing AFFF fire suppression system and install a high expansion foam system. All devices in the hangar shall be explosion proof. Removal of existing AFFF equipment in the riser room and installation of the high expansion foam riser and foam tank in its place. The DDC system shall be upgraded to ensure that all air moving equipment can be shut down by the existing HVAC Emergency Stop Switch in the LOC. The existing intelligent addressable fire alarm system will be modified to interface with the existing sprinkler and new high expansion foam system. Relays will be provided to connect the Fire Alarm Control Panel and MNS to the new and existing DDC modules as required to shut down all HVAC equipment in the building. This acquisition will be set aside for HUB Zone Small Business offerors only. The North American Industry Classification System (NAICS) code for this project is 238210 with a size standard of $15M. This contract will be awarded in accordance with FAR Part 15, Negotiated Procedures. The Government reserves the right to award a contract to other than the low proposed price. Performance period is 368 calendar days. The contract will be a single award, Firm-Fixed-Price type contract. Estimated magnitude for the total project is between $1,000,000 and $5,000,000. Bid bonds will be required with the proposal. Payment and performance 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 04 May 2015. Prospective contractors must be registered in the System for Award Management (SAM) Database prior to award of a government contract. Offerors are further advised that failure to register in the 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-0027/listing.html)
- Place of Performance
- Address: Hurlburt Field, Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN03702483-W 20150418/150416235341-c1134f90335c460f32c899982e80a74a (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 |