Similar Projects
Eglin AFB, Tyndall AFB, Hurlburt Field FY22 MACC
Renovation
Design
$10,000,000 to $20,000,000 est. value
Eglin AFB, Hurlburt Field, Panama City, FL 32403

Addition/Alteration and Repair Child Development Center, Building 90353
Addition, Demolition, Renovation, Infrastructure - 1,929 SF
Bidding
$5,000,000 CJ est. value
Hurlburt Field, FL 32544

RFQ Contractor - Advanced Munitions Training Complex PH III FTFA 043000
New Construction, Infrastructure - 21,384 SF
Bidding
$60,000,000 CJ est. value
Eglin, FL 32542

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Advance Notice - FY-21 Airman Leadership School Facility, Eglin Air Force Base, Florida
New Construction
Post-Bid
$5,000,000 to $10,000,000 est. value
Eglin AFB, FL

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Advance Notice - Construct Munitions Maintenance Facility and Igloos - Eglin Air Force Base, Florida
New Construction
Results
$10,000,000 to $25,000,000 est. value
Eglin AFB, FL

RFP D/B - Design and Construction of Zone 3 - WEG HQ/Maintenance Hangar and Apron Facilities
New Construction, Infrastructure - 211,419 SF
Construction
$195,651,603 CJ est. value
Tyndall AFB, FL 32403

SOF Special Tactics Operations Facility (23STS) FTEV103005
New Construction - 103,700 SF
Post-Bid
Hurlburt Field, FL 32544

Convert Mini-Mall to Admin Facility, Bldg. 90228
Renovation
Results
$250,000 to $500,000 est. value
Hurlburt Field, FL

New Construction and Image Upgrade
Addition, Demolition - 105,357 SF
Post-Bid
$10,000,000 est. value
Eglin AFB, FL

Weapons Research Experimentation Control Center (WRECC) Facility
New Construction, Infrastructure - 6,600 SF
Post-Bid
$10,000,000 CJ est. value
Eglin, FL 32542

Alter Interior & Exterior, 492 Sow, Bldg 90322
Renovation
Post-Bid
$1,000,000 to $5,000,000 est. value
Hurlburt Field, FL

B73 Lab Extension
Addition - 7,000 SF
Post-Bid
Eglin AFB, FL

RFQ D/B - Design/Build Flightline Fire Station at Duke Field Eglin AFB
Renovation
Post-Bid
$25,000,000 CJ est. value
Duke Field AFS, FL 32542

Last Updated 11/21/2022 01:36 PM
Project Title

RFQ Contractors - Repair Fire Suppression/Alarm System Building 615

Physical Address View project details and contacts
City, State (County) Eglin, FL 32542   (Okaloosa County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of November 21, 2022, information regarding award and award date has not been disclosed. A firm timeline for construction has not been disclosed. *The closed solicitation has been included below for reference: SOURCES SOUGHT NOTICE 25 October 2021 Project Title: Repair Fire Suppression/Alarm System Bldg. 615, Eglin Air Force Base Project Number: FTFA 16-1097 The United States Air Force (USAF), Air Force Test Center (AFTC) at Eglin AFB, FL is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman- Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing construction services for Repair Fire Suppression/Alarm System Bldg. 615 at Eglin AFB FL. All interested vendors shall submit a response demonstrating their capability to repair fire suppression and fire alarms to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 238210 Commercial and Institutional Building Construction Contractors, with a size standard of $16.5M. Work to be included in this project consists of: DESCRIPTION OF WORK: The intent of the project is to demolish the existing dry-pipe fire sprinkler systems in the entire building and install a new automatic wet pipe fire sprinkler systems in the entire building. Existing fire alarm and detection system shall be removed in its entirety. A new complete, electrically supervised, addressable intelligent, manual and automatic, annunciated fire alarm, detection, and mass notification system with emergency voice/alarm shall be installed throughout the facility. Update fire-separation walls and provide protected means of egress as required in the warehouse, various offices and shops contained within Bldg. 615. Multiple existing fire doors shall be replaced, multiple new fire doors shall be added, and multiple new exterior exit doors with stairs shall be added. New LED lighting will be installed in new exit corridor areas. The existing facility is being updated with new exit signs and battery packs throughout. New circuits will be provided for updated HVAC equipment in the building. The mechanical portion of the project consists of modifying ductwork, installing HVAC units, and replacing HVAC units to condition area above the ceiling in the new enclosed areas. Also, gas unit heaters shall be installed throughout the facility to provide freeze protection. The magnitude is between $1,000,000 and $5,000,000 Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set- aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set- aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 15% for general construction and 25% for construction by special trade contractors as defined in FAR Clause 52.219-14. Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing past performance documentation specifically related to installing fire alarm and fire suppression systems and that 238210 NAICS code is your company's primary code. Respondents should provide at a minimum two (2) past projects where the main discipline was fire alarm/ suppression system installation. The government is seeking contractors whose primary focus is renovation/repair/construction of real property. Specifically, the government is seeking contractors whose primary NAICS is 238210. Responses must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be submitted electronically to the following e-mail address: david.dos_santos.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads FTFA 16-1097 Fire Suppression/Alarm System Bldg. 615. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf type files are included in your submittal. RESPONSES ARE DUE NO LATER THAN 2:00 P.M. (CST) 8 November 2021. Direct all questions concerning this requirement to SSgt David Dos Santos at david.dos_santos.1@us.af.mil. The method of contractor selection has not been determined at this time. *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 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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