Similar Projects
Rebid 3 - Housing Rehabilitation Repairs - Rogers County
Renovation
Bidding
$40,000 CJ est. value
Claremore, OK 74019

Renovations - East and West
Renovation
Post-Bid
Oklahoma City, OK 73135

Modular Building W/ Install
Term Contract
Post-Bid
McAlester, OK

Draperies - Riverside Indian School
Results
Anadarko, OK 73005

Insulating Ceiling of Emergency Management Storage Warehouse
New Construction
Results
$38,800 est. value
McAlester, OK

Wagoner Teague Interior Renovation
Renovation
Post-Bid
Wagoner, OK 74467

Y1DA-- Purchase & Install Padding In Mental Health Seclusion Rooms for VA Medical Center Oklahoma City OK
Term Contract
Results
Oklahoma City, OK 73104

Ceiling Tile
Alteration
Post-Bid
Oklahoma City, OK 73117

Purchase and Installation of Kitchen Cabinets and Countertops
Term Contract
Results
Oklahoma City, OK 73145

Wastewater Treatment Plant Handrail Replacement
Alteration
Post-Bid
Perry, OK

Lab Countertops Replacements
Term Contract
Results
Claremore, OK 74017

Blanchard Public Schools 2019 Bond - Performing Art Center - Bid Package 25 Rebid
New Construction, Alteration - 40,245 SF
Post-Bid
$10,000,000 est. value
Blanchard, OK 73010

Purchase and Installation of Blinds-Shade
Alteration
Results
$90,000 est. value
Oklahoma City, OK 73105

NEO Russell-Vann Hall / Harrill-Dobson Hall DOAU Additions Package 3-Acoustical Ceiling Systems
Alteration
Post-Bid
$150,000 est. value
Miami, OK 74354

Hanel Rotomat Storage System
Term Contract
Results
Oklahoma City, OK 73145

Last Updated 10/03/2022 05:36 AM
Project Title

Remove Insulation, F266

Physical Address View project details and contacts
City, State (County) Enid, OK 73703   (Garfield County)
Category(s) Single Trades
Sub-Category(s) Finishes/Interior
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $15,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

MC1009 Remove Insulation, F266 Negotiated (RFP) 5. ISSUED BY and BILLING ADDRESs 6. FOR INFORMATION CALL ASRC Federal Field Services (AFFS) Name: Mrs. Jenny Bolz Local Purchase Telephone No.: (580) 213-7176 400 Young Road, Suite 122 Fax No.: (580) 213-6047 Vance AFB, OK 73705-5508 NO COLLECT CALLS Magnitude: Between $5,000 and $15,000 A. Sealed offers (original documents) to perform work required are due at the place specified in Item 5 above 4 Oct 22 (date) at 2:00 p.m. Central Time (hour) local time. If this is a sealed bid solicitation, offers will be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. DO NOT INCLUDE IN THE ENVELOPE ANY OFFERS FOR OTHER WORK. B. An offer bond is required for all construction offers in excess of $25,000.00. C. All offers are subject to the (1) work requirement, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than 90 calendar days for AFFS Federal Field Services acceptance after the date offers are due will not be considered and will be rejected. E. Offeror agrees to furnish any required payment and performance bonds within ten (10) calendar days after notification of acceptance of this offer or as otherwise specified. Notification may be either verbal or written. F. By signature on the reverse (Block 14B), the offeror affirms the completeness and accuracy of the entire offer, including the Representations and Certifications, as of the date of that signature (Block 14C). The offeror shall immediately notify Local Purchase in the event of any changes. PERFORMANCE *SEE SCHEDULE F A. The Subcontractor shall begin performance within thirty (30) calendar days and complete it within 15 calendar days after receiving [ ] award, [ X ] Notice to Proceed. The Subcontractor is advised that any required payment and performance bonds must be promptly executed and returned to the contracting officer 9. CONFERENCE MEETING INFORMATION AND ADDITIONAL NOTES (IF ANY) A Pre-Bid conference and site visit will be conducted on 13 Sept 22_ (date) at _1:00 P.M. Central Time. (hour) local time, at Building 200 Conference Room 123, 400 Young Road, Vance AFB. It is recommended that the Contractor visit the site of work at this time. Failure to do so shall not be basis for claim against AFFS due to lack of knowledge of existing conditions after any contract award. Please notify Jennifer Bolz if attending by email. We will accept questions on this project until 20 Sept 22 at 3:00PM CST by email. AFFS Field Services will not make payment for materials delivered to the job site in advance of their incorporation into the project. 52.211-12 LIQUIDATED DAMAGES-CONSTRUCTION (SEP 2000) (See AFFS Federal Field Services Supplement PG 5 ) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of: $267.00 per calendar days until completed and accepted. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to LOCATION A. Location of work to be accomplished under this statement of work is at Vance Air Force Base (AFB). Vance AFB is located three miles south of the city of Enid, Oklahoma. Facility 266 is located northeast of the intersection of Elam Road and Scott Drive. Work consists of removing all insulation from the facility. SCOPE OF WORK A. The Contractor shall furnish all supervision, labor, equipment, consumable materials, supplies, tools and other items to complete the construction as listed in the scope of work. All quotes shall include all shipping charges for completion of the project. The contractor will coordinate all work with ASRC Federal Field Services (AFFS) Construction Management prior to execution. The list of items below are to be considered the general scope of work for the project. B. Remove all existing insulation in the whole facility. Additional details are described below: 1. Remove insulation from facility a. Remove insulation from walls b. Remove insulation from ceiling c. Remove insulation from doors d. Remove insulation from beam supports C. Clean site to prepare for installation of insulation by other. D. The Contractor shall provide a standard 1 year Construction Warranty for all labor and material from date of the base's acceptance of completion in accordance with Federal Acquisition Regulation (FAR) clause 52.246-21. E. As part of the bid package the Contractor shall submit a completed copy of APPENDIX B - SCHEDULE C. F. Proposals must be valid for a minimum of 90 days. G. Owner reserves the right to reject any bid which does not completely satisfy the scope of work above. H. Existing Utilities will be marked by Vance AFB if below ground work is to be conducted. The Contractor shall maintain utility markings after base personnel have located them. The Contractor shall obtain an approved Air Force Form 103, BASE CIVIL ENGINEERING WORK CLEARANCE REQUEST before beginning any below grade work. The Contractor is responsible for repairing any utility damaged during construction. Description: ASRC, Arctic Slope Regional Corporation Federal Field Services, LTD under the BOS contract FA3002-21-C-0003 is contemplating the issue of solicitation The Work of Project is defined by the Contract Documents and consists of the following: Notice to Offeror (s)/Supplier (s): Funds are presently available for this effort. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost. Qualifications: The lowest responsible bidder is the contractor whose bid was in substantial conformity to the Specifications and Plans and who have satisfactory previous experience in the types of work contained in this solicitation and have a successful track record performing the types of work contained in the project. The dollar amount is only one factor in determining the lowest responsible bidder. Award: The contract cannot be awarded until the USG has received and accepted the winning proposal. Upon receipt of concurrence from the Government the Contracting Officer will execute the contract to the winning bidder. In the absence of funding no contract will result. Should funds be provided, to be considered for award of this project a contractor must be aware at Vance AFB also has strict Base access regulations and commercial inspections are mandatory with each entry to the facility. There shall be no legal liability on the part of the Government or ASRC should funding not be provided. Bid Evaluation: ASRC Federal must consider a bidder's experience, reputation for satisfactory work, reference checks, financial, technical competence, SAM check, Duns & Bradstreet evaluation, and Past Performances. Site Visit: 9/13/22 @1pm CST (see instructions) *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 09 - Finishes.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents