Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:FA441820R0016
**ATTENTION TO ALL** Proposals are due Today, 10 Dec 2020 at 3:00pm. I will be located at The Pass & Registration/Visitor Control Center (VCC) at Joint Base Charleston - Air Base off Dorchester Road a...
**ATTENTION TO ALL** Proposals are due Today, 10 Dec 2020 at 3:00pm. I will be located at The Pass & Registration/Visitor Control Center (VCC) at Joint Base Charleston - Air Base off Dorchester Road at 02:30 PM to start collecting proposals. Here is the Address just incase you are not sure exactly where the VCC is at: W. Hill Blvd, bldg 1953, Joint Base Charleston, SC 29404. - If you have any questions, please do no hesitate to reach out to me. (843) 963-5167 or byron.faison@us.af.mil. **Please see Amendment 6 for current changes. See Attachment 16 and 17 1. Add Attachment 16 - W401-W404 Elevations FA441820R0010/21R0002 20201203 2. Add Attachment 17 - Questions and Answers 20R0010/21R0002 Amendment 6 Fire Protection 20201203 **Please see Amendment 5 for current changes. The proposal due date has been extended from 1 December 2020 at 3:00 PM EST to 10 December 2020 at 3:00 PM EST.**** **Please see Amendment 4 for current changes. Attachment 14 and 15 have been attached. 1. Add Attachment 14 -As-Built Drawings for Buildings 2405 and 2406 Memorandum. The memorandum states, potential offerors will need to email byron.faison@us.af.mil for the DoD SAFE link to the drawings, because of the file size. Once an email is received, the DoDSAFE link for the As-Built drawings will be sent to the offereor. a. Building 2405 is labeled number 7 and building 2406 is labeled number 6 in the As-Built Drawings. 2. Update CLIN 0003. It is now CLIN 0003 - Bid Option #1: Fire Alarm System Replacement for BEQ 2405. 3. Add CLIN 0004 - Bid Option #2: Fire Alarm System Replacement for BEQ 2406. 4. Post Sign-In sheet from the site visit on 18 November 2020 at the Weapons Station. 5. Add deadline for offeror questions from the second site visit. Questions are due 20 November 2020 at 3:00 PM. **Please see Amendment 3 for current changes. Attachment 10, 11, 12, and 13 have been attached. Proposal Due date is now 1 December 2020 at 03:00 PM EST.** **Please see Amendment 2 for current changes. Attachment 7,8, and 9 have been attached. **THE SOLICITATION NUMBER HAS CHANGED FROM FA4418-20-R-0016 TO FA4418-21-R-0002 due to the fiscal year changing from FY20 to FY21** Repair HVAC Dormitory B2405/2406 - The work includes exterior wall repairs and modifications, complete removal and replacement of all exterior sealant joints including all liquid applied sealants, backer rods and silicone tape system on exterior walls at building expansion joints. Metal roof repairs and modifications. Roof gable louvers will be removed to provide access for removal of existing mechanical equipment and installation of new mechanical equipment. After the new mechanical equipment have been placed in the mechanical attic space a new louver with insulated closure panel will be installed. New backer rod and sealant will be installed around the perimeter of new louvers to provide a sealed condition. Perform an asbestos/lead survey before working. In the attic of each wing, replace the existing variable air volume air handling unit and dedicated outdoor air handling unit with a single new variable air volume air handling unit and an inline supply fan. Replace the existing energy recovery module (ERM), exhaust fan (EF), and filter modules. Replace a portion of the chilled water piping and ductwork such that the new equipment can be installed. Test the existing fire dampers and replace any fire dampers that are found to be faulty. Existing hip and ridge beams are to be supported by temporary screw jack shoring. Existing HSS columns and anchor bolts to be removed. Existing base plate of columns to be removed, and new base plate w/ alternate bolt pattern to be installed on existing columns. After equipment is removed and replaced, columns shall be reinstalled w/ epoxy anchors into existing concrete.