Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOLICITATION NOTICE

Z -- C-5 construction procurement action that consists of site improvements and utilities; relocate control tower; parking apron, taxiway, jet fuel storage and hydrant phase I and phase II.

Notice Date
3/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-8818
 
ZIP Code
26201-8818
 
Solicitation Number
W912L8-04-R-0001
 
Response Due
6/16/2004
 
Archive Date
8/15/2004
 
Point of Contact
Jackie Gibson, Use email below
 
E-Mail Address
Email your questions to USPFO for West Virginia
(p&cwv@wv.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The West Virginia Air National Guard located at Martinsburg WV and the USPFO for West Virginia will issue a Request for Proposal (RFP) for services, non-personal to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the C-5 construction procurement action that consists of site improvements and utilities; relocate control tower; parking apron, taxiway, jet fuel storage and hydrant phase I and phase II. Site improvement an d utilities work includes, but is not limited to, water and sewer lines and appurtenances, storm sewer lines and appurtenances, storm water detention ponds, site grading, seeding, concrete curb and gutter, roads, natural gas lines, underground electrical d istribution lines, communications lines, and 240 SF entry control building. Relocate control tower work includes, but is not limited to, reinforced concrete footings, special foundations, floor slab, supporting superstructure, control tower cab, and oper ations and training areas. Facility includes all site work, utilities, fire protection, backup power systems, an elevator, and communications support. Additional site preparation is required to meet Antiterrorism/Force Protection requirements. Reconnect airfield lighting. Demolish existing control tower. Parking apron, taxiway, jet fuel storage and hydrant work includes, but is not limited to, earth work to include top soil stripping, excavation and removal, placing of sub base and base and concrete pav ement parking apron, asphalt shoulder stabilization; jet fuel storage and hydrant refueling distribution system, tank storage, pump house, lab, piping and pits, extend utility system, ramp lighting, markings and grounding points. The estimated constructio n cost is between $25,000,000.00 and $100,000,000.00. The type of contract is a firm fixed price. A single award is contemplated. Failure to submit an offer on all items shall result in rejection of the proposal. Construction/contract completion time i s anticipated to take approximately 545 days after notice to proceed to include inspection and punch list except optional phase II parking apron, taxiway, jet fuel storage and hydrant which will be 365 days after option is exercised and notice to proceed is issued. The North American Industry Classification System (NAICS) code for this work is 237990. The small business size standard is $28.5 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED ba sis in accordance with the Small Business Competitiveness Demonstration Program (ref. FAR 19(c) (2). The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be subm itted with the offer. The tentative date for issuing the solicitation is on-or-about April 16, 2004. The tentative date for the pre-proposal conference is on-or-about May 12, 2004, 1:00 p.m. local time at the 167th AW Air Base and all contractors are enco uraged to attend. ALL questions for the pre-proposal conference must be submitted using Pre-Proposal Inquiry Form (Exhibit G) by May 10, 2004 via e-mail to p&cwv@wv.ngb.army.mil or fax to (304)473-5008. Directions and instructions for entering the base will be provided in the solicitation package. The solicitation closing date is scheduled for on-or-about June 16, 2004. The contract will be awarded under FAR Part 15 Source Selection procedures specified in the solicitation. Evaluation factors include Pr ice, Past/Present Performance and Technical requirements to include but not limited to a detailed proposed work schedule in CPM format and a detailed project management plan to include identification of construction team companies and subcontractors. The G overnment intends to award without conducting discussions, therefore, the offerors initial proposal shall contain its best terms. To be eligible for contract aw ard, a firm must be registered 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 solicitation, all amendments, site visit minutes and questions with answers will be posted on the web. Perspective offerors must register at the web site. There is no charge for the plans and specifications, which will be available at the following internet site http://www.nationalguardcontract ing.org/Ebs/AdvertisedSolicitations.asp. The entire solicitation including plans and specifications will be available in electronic format through the EBS site. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments; therefore, it is the offerors responsibility to check the web site periodically for any amendments to this solicitation. Web sites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. All inquires must be in writing, preferable via email to the per sons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 167th AW, WV Air National Guard, Martinsburg, West Virginia.
 
Place of Performance
Address: 167th Airlift Wing, West Virginia Air National Guard 222 Sabre Jet Boulevard Martinsburg WV
Zip Code: 25401-7704
Country: US
 
Record
SN00548087-W 20040319/040317223234 (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  © 1994-2020, Loren Data Corp.