Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2024 SAM #8389
SOLICITATION NOTICE

Z -- Repair Interior Renovation Bldg 90131

Notice Date
11/13/2024 11:55:10 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4417 1 SOCONS HURLBURT FIELD FL 32544-5810 USA
 
ZIP Code
32544-5810
 
Solicitation Number
CP1032233
 
Response Due
1/16/2025 12:00:00 PM
 
Archive Date
04/30/2025
 
Point of Contact
Richard Beaty, Phone: 8508842036, Romeo B. Reyes, Phone: 8508843288
 
E-Mail Address
richard.beaty.3@us.af.mil, romeo.reyes.1@us.af.mil
(richard.beaty.3@us.af.mil, romeo.reyes.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This project is being solicited under AFFARS MP5332.7. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is a pre-solicitation notice to pending solicitation: FA441725R0004. Repair Interior Renovation of Bldg 90131. The renovated space is to provide office and work space for the 2nd Special Operations Facility. Work includes: Sitework: Provide new concrete sidewalk on south side of building, and bollards at the the exterior stairs. Structural: New second-floor mezzanine and stairs at the western half of Bldg 90131. Constructed of structural steel beams/purlins, structural steel columns, and a composite floor system consisting of normal weight concrete on metal deck. The steel columns will require new shallow foundations. Replacement of the slab-on-grade at the foundations will consist of 5-inch-thick minimum reinforced concrete. Architectural: Demolition includes complete demolition of existing toilet rooms, central 2-story office pylon, trolley hoist system including beams and columns and some slab demolition. New work includes work on the first floor additional restrooms, briefing room, break room, open office area, private offices, fitness room, personnel lockers, and 2 resting/bunk rooms. Interior finish systems include suspended acoustical tile ceilings, painted gypsum board on metal studs, new break room casework, and new toilet rooms with showers. Interior Design: Include interior finishes consist of no-wax, luxury vinyl tile flooring; modular carpet tile in the Open Office, Admin and Rest areas; thermoset rubber wall base; porcelain tile floors and walls in the Locker and Restrooms; Ceilings are open to structure or suspended acoustical tiles; Signage shall be modular, acrylic with printed paper inserts. This acquisition will be Set-Aside for Small Business offerors only. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $45M. 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 730 calendar days. The contract will be a single award, Firm-Fixed-Price type contract. Estimated magnitude for the total project is between $5,000,000 and $10,000,000. 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 02 Dec 2024. 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: https://sam.gov. For information on how to register your company, to view or receive updates and notifications to the solicitation, please reference the ""About Contract Opportunities"" link on the SAM web site home page. NO paper copies of the solicitation will be furnished and electronic submission of proposals is anticipated for this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba23f7c4fb54491fb318d078be8fab60/view)
 
Place of Performance
Address: Hurlburt Field, FL 32544, USA
Zip Code: 32544
Country: USA
 
Record
SN07263454-F 20241115/241113230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.