SOURCES SOUGHT
56 -- Repair Building Envelope at CCAFS - AFI 21-1051 - 20 Jan 16
- Notice Date
- 3/22/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-18-R-0018
- Archive Date
- 4/17/2018
- Point of Contact
- Rhonda Davis, Phone: 3218530981, Patricia Bates, Phone: 321-853-6146
- E-Mail Address
-
rhonda.davis.4@us.af.mil, patricia.bates@us.af.mil
(rhonda.davis.4@us.af.mil, patricia.bates@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AFI 32-1051 20 Jan 16 SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! This does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The 45th Contracting Squadron (45 CONS), is publicizing this Sources Sought Notice to gather industry information and input with respect to anticipated Repair Building Envelope, Indefinite Delivery Indefinite Quantity (IDIQ) requirement at Patrick Air Force Base (PAFB) and Cape Canaveral Air Force Station (CCAFS). The government is interested in Certified 8(a) Small Businesses, Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned SB, Veteran Owned SB, Economically Disadvantaged Woman Owned Small Business (EDWOSB) or Woman Owned SB. The North American Industry Classification Systems (NAICS) Code proposed 236220. The size standard for NAICS is $33,500,000. 45 CONS is currently seeking small business firms capable provide all labor, materials, and equipment necessary to remove/replace damaged building envelope components and apertures. Provide all accessories necessary for a complete and usable paint, window, and roofing systems to include but not limited to demolition, water proofing, temporary roof repairs, wall finish repairs, masonry repairs, steel building components repairs, EIFS repairs, wall coatings, building component asbestos abatement, lead paint abatement, building component/cladding repair, window repair, window replacement, signage, testing for hazardous materials, lightning protection system repair/replacement, shingle roof repair, tile roof repair, and roof access ladder installation for a complete and usable system. In addition, this contract will provide emergency response support as outlined in the "Emergency Response Requirements" below. Contract will be an Indefinite Delivery Indefinite Quantity contract and contract documents will consist of a multi-line item bid schedule, specifications, and drawings. Task Orders will be awarded using the multi-line items bid schedule and pre-priced line items. Unit prices for line items will be established at contract award. It is anticipated the number of line items will be approximately 200. The requirements of the line items will be provided in the specifications and drawings. The drawings will be approximately 150 pages and will be the construction details for roofing components and other line items on the bid schedule covered by the specification. Following is the draft table of context for the specification: DIVISION 01 - GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK 01 33 00 SUBMITTAL PROCEDURES 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS 01 42 00 SOURCES FOR REFERENCE PUBLICATIONS 01 45 00 QUALITY CONTROL 01 57 20 ENVIRONMENTAL PROTECTION 01 74 19 INTEGRATED SOLID WASTE MANAGEMENT 01 77 00 CLOSEOUT PROCEDURES DIVISION 02 - EXISTING CONDITIONS 02 41 00 SELECTIVE DEMOLITION 02 82 13 ASBESTOS ABATEMENT 02 83 13 LEAD IN CONSTRUCTION DIVISION 03 - CONCRETE 03 01 30 CONCRETE REHABILITATION 03 51 00 ROOF DECK REPLACEMENT, CAST-IN-PLACE GYPSUM CONCRETE 03 51 00 INSULATING, CAST-IN-PLACE LOW DENSITY CONCRETE DIVISION 04 - MASONRY 04 01 20 MAINTENANCE OF UNIT MASONRY 04 20 00 MASONRY DIVISION 05 - METALS 05 30 00 STEEL DECKS 05 40 00 COLD-FORMED METAL FRAMING 05 50 00 METAL FABRICATIONS 05 51 00 METAL STAIRS 05 51 33 METAL LADDERS 05 52 13 PIPE AND TUBE RAILINGS 05 53 00 METAL GRATINGS DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06 10 00 ROUGH CARPENTRY 06 71 33 FIBERGLASS REINFORCED PLASTIC (FRP) LADDERS 06 73 01 FIBERGLASS REINFORCED PLASTIC (FRP) GRATING 06 82 14 FIBERGLASS REINFORCED PLASTIC (FRP) PIPE AND TUBE RAILINGS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 01 50 PREPARATION FOR RE-ROOFING 07 01 50.82 MODIFIED BITUMINOUS ROOFING REPAIRS 07 14 16 COLD FLUID-APPLIED ROOFING SYSTEM 07 22 16.22 ROOF BOARD INSULATION (POLYISOCYANURATE) 07 22 16.23 ROOF BOARD INSULATION (EXPANDED POLYSTYRENE) 07 31 13 ASPHALT SHINGLES 07 32 00 CONCRETE AND CLAY TILE ROOFING 07 41 13 METAL ROOF PANELS 07 41 33 FIBERGLASS REINFORCED PLASTIC (FRP) ROOF PANELS METAL 07 42 13 METAL WALL PANELS 07 42 33 FIBERGLASS REINFORCED PLASTIC (FRP) WALL PANELS 07 52 16.14 SBS MODIFIED BITUMINOUS MEMEBRANE ROOFING HOT- MOPPED ASPHALT APPLIED 07 52 16.15 SBS MODIFIED BITUMINOUS MEMBRANE ROOFING-TORCH APPLIED 07 54 23 THERMOPLASTIC MEMBRANE ROOFING 07 62 00 SHEET METAL FLASHING AND TRIM 07 72 00 ROOF ACCESSORIES 07 84 00 FIRESTOPPING 07 92 00 JOINT SEALANTS See attachment: AFI 32-1051 AFGM 2016-01 dated 20 Jan 16 which applies only to division 07 - Thermal and Moisture Protection. DIVISION 08 - OPENINGS 08 11 16 ALUMINUM DOORS AND FRAMES 08 56 53 BLAST RESISTANT TEMPERED GLASS 08 61 00 ROOF WINDOWS AND UNIT SKYLIGHTS 08 71 00 WINDOWS DOOR HARDWARE 08 81 00 GLAZING 08 91 00 METAL WALL LOUVERS DIVISION 09 - FINISHES 09 22 00 SUPPORTS FOR PLASTER AND GYPSUM 09 24 23 BOARD STUCCO 09 29 00 GYPSUM BOARD 09 51 00 ACOUSTICAL CEILINGS 09 90 01 EXTERIOR PAINTING 09 90 02 INTERIOR PAINTING DIVISION 22 - PLUMBING 22 05 00 GENERAL PLUMBING 22 14 26.13 REQUIREMENTS ROOF DRAINS 23 05 00 GENERAL MECHANICAL REQUIREMENTS DIVISION 23 - HEATING, VENTILATION, AND AIR CONDITIONING 23 05 00 GENERAL MECHANICAL REQUIREMENTS DIVISION 26 - ELECTRICAL 26 00 00 GENERAL ELECTRICAL REQUIREMENTS 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 26 41 13 LIGHTNING PROTECTION SYSTEM DIVISION 32 - EXTERIOR IMPROVEMENTS 32 13 14 CONCRETE FOR SMALL PROJECTS EMERGENCY RESPONSE REQUIREMENTS As required, provide all labor, materials, and equipment necessary to effect emergency repairs to safe and protect a damaged facility per these Emergency Response Requirements. Upon notification by Contracting Officer via phone of an Emergency Incident at a 45th SW facility and declaration by Security Forces of all clear, the contractor shall report within 8 hours to the site of the incident with personnel, equipment, and materials necessary to effect repairs (temporary or permanent) as necessary to protect the effected facility from further damage from the elements. Emergency situations requiring response include one or more of the following but shall not be limited to: •1. Tornado damages facility doors, windows, roofs, associate adjacent surface, interior finish, or other building component. •2. Sink hole, subsidence, or erosion event damages facility doors, windows, roofs, associate adjacent surface, interior finish, or other building component. •3. Hurricane, tropical storm, tropical depression, or extreme weather event damages facility doors, windows, roofs, associate adjacent surface, interior finish, or other building component. •4. Security incident damages facility doors, windows, roofs, associate adjacent surface, interior finish, or other building component. Compliance with the Emergency Response Requirements may require Contractor to do one or more of the following (but not limited to): •1. Designate primary and secondary supervisors as emergency contacts who will carry mobile phones and have the responsibility to coordinate crews, equipment, and materials. •2. Stage company owned or leased equipment and materials within close proximity to crews and PAFB and CCAFS to be available to responding crews. •3. Designate an inland location where crews and equipment can rally/stay during and until after extreme weather event all clear has been announced. PERIOD OF PERFORMANCE: 3 year This is a Request for Information (RFI) only. This RFI is in support of market research being conducted by 45 CONS to determine potential sources capable of fulfilling all requirements associated with this requirement. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of small business firms that can support this requirement as a prime contractor. This RFI neither constitutes a Request for Quote, nor does it restrict 45 CONS to an ultimate acquisition approach. No contract will be awarded from this RFI and requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this RFI. Any information submitted by respondents to this RFI is strictly voluntary. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Include in your capabilities package your DUNS, Cage Code, and System for Award Management (SAM) expiration date. Responses may be submitted electronically to the following email address : rhonda.davis.4@us.af.mil. RESPONSES ARE DUE NO LATER THAN 3:00 PM EST on 2 Apr 18.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-18-R-0018/listing.html)
- Place of Performance
- Address: Patrick Air Force Base and Cape Canaveral Air Force Station, PAFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04863561-W 20180324/180322231215-e83605bfe96aff2b9d459ba9a9b905ea (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 |