Renovate B4620, Cannon AFB, New Mexico

Agency: DEPT OF DEFENSE
State: New Mexico
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159352598209283
Posted Date: May 10, 2023
Due Date: May 19, 2023
Solicitation No: CZQZ220034
Source: Members Only
Follow
Renovate B4620, Cannon AFB, New Mexico
Active
Contract Opportunity
Notice ID
CZQZ220034
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFSOC
Office
FA4855 27 SOCONS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: May 10, 2023 01:26 pm MDT
  • Original Response Date: May 19, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Cannon AFB , NM 88103
    USA
Description

CZQZ220034



NAICS: 236220 - Commercial and Institutional Building Construction



PSC: Z2AA Repair or Alteration of Office Buildings



S/B Size Standard: $45M



1. The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services as follows:



2. Description of Services:



Estimated Magnitude of Construction: Between $250,000 and $500,000



The Period of Performance completion is estimated at 120 calendar days after Notice to Proceed.



The scope of work includes but is not limited to the repair and renovation of building 4620. The following is an outline of the major requirements and are intended to show construction trade disciplines expected to be executed:



Demolition:



Demolish existing wall partition at Room 120 as illustrated in concept design drawings.



Demolish approximately 48 square feet(s.f.) of water damaged gypsum wallboard at entry foyer (Room 100).



Demolish cubby shelves in Corridor 130, repair and paint wall to match adjacent.



Demolish portion of wall at Room 203 to install new door.



Demolish existing “storefront” wall



Demolish existing door and frame at Rooms 204, 212.



Demolish existing eyewash station at Room 135.



Demolish portion of wing wall above countertop, patch, and repair to match existing adjacent walls. (Room 102)



Demolish existing sink (Room 102).



Demolish existing sink faucet fixture. (Room 102)



Demolish existing hi lo drinking fountains in main upper and lower corridors.



Demolish / remove 200 s.f. carpet at Op’s Reception desk. (Room 110)



Demolish / remove 300 s.f. carpet in locker Room. (Room 131)



Demolish damaged countertops and install new laminate countertops (Rooms 100A, 100B, 110, 114, 117)



New Construction:



Provide new General Services Administration (GSA) / CAFB approved Class 5A vault door at existing Armory (Room 112) to match original opening size. (Hamilton or comparable)



Install new control entry locks at four (4) ground level locations. Locks to conform to Hardware Specifications. Coordinate combination settings with the facilities users. (6th SOS)



Replace approximately 48 s.f. of water damaged gypsum wallboard at entry foyer (Room. 100). Also, check for and mitigate any materials which may potentially have mold.



Replace approximately 48 s.f. of water damaged gypsum wallboard at entry foyer (Room. 100). Also, check for and mitigate any materials which may potentially have mold.



Replace damaged 2’ x 2’ ceiling tiles to match existing in kind throughout the building. (approx. 40 panels)



Install new eyewash fixture in Room 135. (Bradley or Comparable)



Install new solid core wood door at Room 203 (to match existing adjacent room doors)



Infill frame and gypsum. board where doors are removed (Room’s 204, 212).



Install new 8” deep, stainless steel, double bowl model sink. (Room. 102) (Elkay or comparable)



Install new stainless steel faucet fixture with spray feature. (Room. 102) (Elkay or comparable)



Install new under counter dishwasher adjacent to sink. (Room. 102)



Install new single fixture water fountain with bottle fill feature. (Elkay EZ H2O or comparable at upper and lower floor levels)



Install new plastic laminate countertops on existing base cabinets or supports



Patch, and paint holes in walls to match existing adjacent walls throughout entire building.



Install new reverse osmosis water filter system at mechanical room wall where main water line enters building (Room 137)



Install new room signage to match existing adjacent room signs. (Room’s 123, 124, 203)



Install new smoke detectors in new Rooms 123, 124, 203.



Install 200 s.f. new carpet to replace existing in kind at Operations reception desk area. (Room 110)



Replace missing 5” diameter floor access grommet to match adjacent existing. (Room 120)



Install 300 s.f. ceramic floor tile in locker room to match existing adjacent building tile.



Provide 4 new 8” diameter air diffusers in existing ductwork above ceiling panels at vestibule (Room 100 / fire sprinkler line and head freeze protection)



Adjust ductwork and diffusers above dropped ceilings horizontally side to side as required to accommodate new room partitions. (Rooms 120, 123, 124, 201, 203, 204)



Provide new mineral wool insulation wrap at main fire suppression lines above dropped ceiling in entry vestibule (Room 100, freeze protection per NFPA 13 8.16.4.1.6)



Adjust any fire suppression system lines / sprinkler drops above ceilings as required to accommodate new room partitions. (Rooms 120, 123, 124, 201, 203, 204)



Provide new 120 V / 20 A electrical duplex outlets. (room’s 120, 123, 124, 201, 203, 204)



Provide new occupant sensor light switches to match existing adjacent rooms tied into the (Energy Saving Performance Contract, ie. ESPC) control system (room’s 123, 124, 203)



NOTE: Building alarm system shall be retained and in working order. Ensure system is not disturbed or removed during construction activities.



New Construction:



Provide new General Services Administration (GSA) / CAFB approved Class 5A vault door at existing Armory (Room 112) to match original opening size. (Hamilton or comparable)



Install new control entry locks at four (4) ground level locations shown on the provided concept design plans. Locks to conform to Hardware Specifications. Coordinate combination settings with the facilities users. (6th SOS)



Replace approximately 48 s.f. of water damaged gypsum wallboard at entry foyer (Room. 100). Also, check for and mitigate any materials which may potentially have mold.



Replace approximately 48 s.f. of water damaged gypsum wallboard at entry foyer (Room. 100). Also, check for and mitigate any materials which may potentially have mold.



Replace damaged 2’ x 2’ ceiling tiles to match existing in kind throughout the building. (approx. 40 panels)



Install new eyewash fixture in Room 135. (Bradley or Comparable)



Install new solid core wood door at Room 203 (to match existing adjacent room doors)



Infill frame and gypsum. board where doors are removed (Room’s 204, 212).



Install new 8” deep, stainless steel, double bowl model sink. (Room. 102) (Elkay or comparable)



Install new stainless steel faucet fixture with spray feature. (Room. 102) (Elkay or comparable)



Install new under counter dishwasher adjacent to sink. (Room. 102)



Install new single fixture water fountain with bottle fill feature. (Elkay EZ H2O or comparable at upper and lower floor levels)



Install new plastic laminate countertops on existing base cabinets or supports per CAFB Architectural Compatibility Guide (Room’s 100A, 100B, 110, 114, 117)



Patch, and paint holes in walls to match existing adjacent walls throughout entire building.



Install new reverse osmosis water filter system at mechanical room wall where main water line enters building (Room 137)



Install new room signage to match existing adjacent room signs. (Room’s 123, 124, 203)



Install new smoke detectors in new Rooms 123, 124, 203.



Install 200 s.f. new carpet to replace existing in kind at Operations reception desk area. (Room 110)



Replace missing 5” diameter floor access grommet to match adjacent existing. (Room 120)



Install 300 s.f. ceramic floor tile in locker room to match existing adjacent building tile. (Room 131)



Provide 4 new 8” diameter air diffusers in existing ductwork above ceiling panels at vestibule (Room 100 / fire sprinkler line and head freeze protection)



Adjust ductwork and diffusers above dropped ceilings horizontally side to side as required to accommodate new room partitions. (Rooms 120, 123, 124, 201, 203, 204)



Provide new mineral wool insulation wrap at main fire suppression lines above dropped ceiling in entry vestibule (Room 100, freeze protection per NFPA 13 8.16.4.1.6)



Adjust any fire suppression system lines / sprinkler drops above ceilings as required to accommodate new room partitions. (Rooms 120, 123, 124, 201, 203, 204)



Provide new 120 V / 20 A electrical duplex outlets where shown on concept design drawings. (room’s 120, 123, 124, 201, 203, 204)



Provide new occupant sensor light switches to match existing adjacent rooms tied into the (Energy Saving Performance Contract, ie. ESPC) control system where shown on attached concept design (room’s 123, 124, 203)



NOTE: Building alarm system shall be retained and in working order. Ensure system is not disturbed or removed during construction activities.



3. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. All attachments to this notice are draft and provided for informational purposes only. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees’ regarding this project is prohibited.



4. The Capability Statement should include general information, past performance and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested:





a. Company Cage Code, name, address, point of contact, telephone number and e-mail address.



b. Bonding capability.



c. Any small business status (8(a), HUB Zone, Disable and/or veteran-owned, women-owned, etc).



d. Indicate your role as “Prime Contractor” and what functions for which you plan to self-perform as a percentage of the total and those which you intend to use subcontractors.



e. Indicate if your company primarily does business in the government and/or commercial sector.



f. Indicate which NAICS code(s) your company usually performs under for government contracts.



5. For your business to be considered as a potential vendor for set aside purposes you must submit a Capabilities Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside. The information requested by this RFI will be used to facilitate decision making and will not be disclosed outside the agency.



6. If your firm is capable of providing the requirements described above, please provide a Capability Statement to the contract administrator and contracting officer by the deadline indicated in this sources sought.



IMPORTANT NOTICE:



Following this market research, a pre solicitation notice will be posted for 15 days giving industry formal notification a requirement will be coming with estimated dates. Following that, the solicitation will be posted indicating when bids or proposals will be required.



IAW DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. Contractors are required to implement NIST SP 800-171. At time of award, the awardee must be registered in the Supplier Performance Risk System (SPRS) with a minimum of a Basic NIST SP 800-171 DoD Assessment that is not more than 3 years old.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 575 784 2321 110 ALISON AVE BLDG 600
  • CANNON AFB , NM 88103-5321
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 10, 2023 01:26 pm MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >