Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2002 FBO #0139
SOURCES SOUGHT

Y -- Construction of a new 22,300 SF Civil Engineering Maintenance Complex, Project Number LYBH899672, for the 130th Airlift Wing, Charleston, WV.

Notice Date
4/18/2002
 
Notice Type
Sources Sought
 
Contracting Office
USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-8818
 
ZIP Code
26201-8818
 
Solicitation Number
DAHA46-02-B-0001
 
Response Due
6/6/2002
 
Archive Date
7/6/2002
 
Point of Contact
TERRY MILLS, 304-473-5207
 
E-Mail Address
Email your questions to USPFO for West Virginia
(terry.mills@wv.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This solicitation notice is for the construction of a new 22,300 SF Civil Engineering Maintenance Complex, Project Number LYBH899672, located at the 130th Airlift Wing, West Virginia Air National Guard Base, Central West Virginia Regional Airport, Yeager A irfield, Charleston, West Virginia. The project includes a structural steel framed, masonry block faced, standing metal seam roof, multi-story building with administrative areas, supply and storage areas, classrooms, shop areas, restrooms, and break area. Supporting construction includes utilities, parking and roadway pavements, demolition of 2 buildings (approximately 15,000 SF), and construction of a 4,000 SF structural steel framed, metal faced storage building. The contractor will furnish all materia ls, plant, labor, equipment, and supervision necessary for completion of the work. The estimated construction cost is between $1.0 million to $5.0 million. The type of contract is a firm fixed price. To be eligible for contract award, a firm must be reg istered in the DOD Central Contractor Registration (CCR). Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. The North American Industry Classification System (NAICS) code for this work is 233320, Commercial and Industrial Building Construction. The small business size standard is $28.5 million. This acquisition is unrestricted regarding business size with Price Evaluation Preference for HUBZone Small Business Concerns (refer ence FAR 52.219-4). All responsible sources are encouraged to bid. If the low bidder is a large business, the firm shall be required to submit a small business subcontracting plan in accordance with FAR 52.219-009, Alternate I. The subcontracting goals for the National Guard which will be considered in the award of this contract are: at least 78.2% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), women-owned small business es (WOSB), HUBZone Small Business and Service-Disabled Veteran Owned Small Business. At least 3.6% of a contractor's intended subcontract amount be placed with SDB. At least 9.6% of a contractor's intended subcontract amount be placed with WOSB. At least 2.5% of a contractor's intended subcontract amount be placed with HUBZone. At least 3.0% of a contractor's intended subcontract amount be placed with Service-Disabled Veteran Owned Small Business. The tentative date for issuing the solicitation is on-or -about May 7, 2002 (or 15 days after the publication date of this announcement). The tentative date for the pre-bid conference is on-or-about May 22, 2002, 11:00 a.m. local time at the 130th AW Air Base and all contractors are encouraged to attend. It is requested that any questions you might have for the pre-bid be sent via EMAIL by May 20, 2002, to p&cwv@wv.ngb.army.mil. The bid opening is scheduled for on-or-about June 6, 2002, 11:00 a.m. local time at the 130th AW Air Base. Construction/contract compl etion time is 530 days. Requests for the solicitation package should be submitted as soon as possible after the publication of this advertisement in the Government Point of Entry (GPE). The GPE may be accessed via the Internet at http://www.fedbizopps.g ov. When requesting the solicitation package, bidders shall give a point-of-contact for their firm, together with mailing address/phone/fax AND EMAIL information should the Government need to contact the bidders prior to bid opening. Business concerns sha ll further identify their business size (i.e., small business, small disadvantaged business, 8(a), small woman/owned, HUBZone, etc.) in accordance with Federal Acquisition Regulation 19. Offer may obtain plans and specifications by writing to Silling Asso ciates, Inc., ATTN: James Carney, 405 Capitol Street, Suite 300, Charleston, West Virginia 25301. A non-fundable fee of $125 per set will be charged for the pr inted version, and a non-refundable fee of $40 per copy will be charged for a CD. Payment will be made by check to Silling Associates, Inc. Amendments, if/when issued, will be sent via EMAIL in Adobe Acrobat Reader ?PDF? format to those on the Bidder's M ailing List. Bidding Documents may be examined without charge at the following locations: Silling Associates, Inc. 405 Capitol Street, Suite 300 Charleston, WV 25301; F. W. Dodge Corporation, No. 2 Players Club Drive, Charleston, WV 25311; Contractor's Association of West Virginia, 2114 Kanawha Boulevard, East, Charleston, WV 25311; Kanawha Valley Builders Association, 1627 Bigley Avenue, Charleston, WV 25311; and Pittsburgh Builders Exchange, Building Industry Center, 2270 Noblestown Road, Pittsburgh, PA 15205. The solicitation package may also be viewed at the office of the Base Civil Engineer, 130th AW, Charleston, West Virginia. To set up an appointment please phone (304) 341-6232 (No Collect Calls accepted). Technical inquires may be directed to MAJ John W. Dulin or Chief Master Sergeant Rusty Brotherton at (304) 341-6232 (No Collect Calls accepted) between 7:30 am and 4:30 pm EST, Tuesday through Friday, or EMAIL john.dulin@wvchar.ang.af.mil with a copy furnished to rusty.brotherton@wvchar.ang.af .mil. For inquiries regarding the solicitation, contact MAJ Terry L. Mills at (304) 473-5207, Mrs. Pat Karickhoff at (304)-473-5266, CPT John Knabenshue at (304) 473-5253 (No Collect Calls accepted) or EMAIL questions to p&cwv@wv.ngb.army.mil.
 
Place of Performance
Address: 130th Airlift Wing Central West Virginia Regional Airport, Yeager Airfield Charleston WV
Zip Code: 25311
Country: US
 
Record
SN00062361-W 20020420/020418213355 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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