Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2004 FBO #0969
SOLICITATION NOTICE

Y -- Construct Aerial Port Training Facility, Project Number TWLR949661B

Notice Date
7/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD04R0002
 
Response Due
9/4/2004
 
Archive Date
11/3/2004
 
Point of Contact
Marcel Cartier, 401-275-4222
 
E-Mail Address
Email your questions to USPFO for Rhode Island
(marcel.cartier@ri.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Services, non-personal to provide all plant, labor, transportation, materials, equipment and appliances necessary to Construct Aerial Port Training Facility, Project Number TWLR949661B, in support of the C130, Model J-30 mission. This facility will p rovide administration office space, classrooms, and storage for palletized cargo, air drop training pallets, parachute packing, pallet build-up areas and storage that supports inspection, maintenance, repair and servicing of all unit-authorized aerial deli very equipment and passenger processing to support the CC-130J and all transient military aircraft. The facility size is approximately 1319 SM (14,200 SF) with an approximate maximum height of 25 M (82 FT). The foundation system will be steel pipe piles su pporting pile caps and grade beams. Timber driven piles will support a structural slab for the floor of the facility for the slabs on grade. The primary structure will be structural steel with metal bar joist roof framing. The siding will be a combination of cavity wall CMU/ brick veneer and metal panels. The roofing will be Standing Seam Metal over metal deck and insulation. Interior finishes include epoxy painted CMU walls, light gauge metal framing with Gypsum board, acoustical ceiling tile systems, VCT and ceramic tile, carpeting and painting exposed structure. The electrical will support voltages of 480/277, 240 delta and 208/120 with connection to existing base voltage of 15Kv. HVAC will be required consisting of air handling units and gas fired Hot Wa ter Boilers with supporting piping and ductwork. The fire protection system will include an overhead wet pipe system and associated booster pumps. The civil work will include drainage systems and both asphalt and concrete paving for parking areas and roadw ays. Area of construction encompasses approximately 10,400 SM (12,450 SY). Trenching and installation of utilities is required, with pipe and manhole systems tying into existing utilities. The construction will need to be accomplished without interruption of the day-to-day operations at the Air National Guard Base including roadway access. It is the Government's desire to use Partnering between the Government and Contractor as per AGC guidelines. The estimated range of construction for this project is $1,00 0,000 to $5,000,000. The total construction performance period is 330 days after receipt of Notice to Proceed. The solicitation issue date is estimated to be on or about 4 August 2004. Proposal closing date is estimated to be or or about 4 September 2004. A firm-fixed price contract is anticipated. Award will be UNRESTRICTED and is being made pursuant to the Small Business Competitiveness Demonstration Program (Ref: FAR 19.10. The North American Industry Classification System (NAICS) Code is 236220 and the Size Standard for Small Businesses is $28.5 million average gross revenue of the concern per year over the last 3 fiscal years. A Small Business subcontracting plan will be required if the Offeror is a large business and must be submitted with offer. The s olicitation package will be issued via the web only, at http://www.ripfo.ngb.army.mil/ebs/advertisedsolicitations.asp. All amendments, site visit minutes and questions will be posted on this web site. There is no charge for the plans and specifications or other solicitation documents that are available for download at the web site. All contractors and subcontractors interested in this project must register at the site. The contract will be awarded under Source Selection procedures specified in the solicitat ion. Evaluation factors include Price, Past Performance and Technical to include but not limited to the proposed work schedule. A Pre-proposal Conference will take place at the Air National Guard Base 2 weeks after the solicitation is issued. Interested co ntractors are encouraged to attend and should contact Major John Bollard, at John.Bollard@riquon.ang.af.mil, the Engineering POC, to insure access to the Base v ia the Security Gate. Place of performance is Rhode Island Air National Guard Base, Quonset State Airport, North Kingstown, Rhode Island.
 
Place of Performance
Address: RI Air National Guard Base Quonset State Airport North Kingstown RI
Zip Code: 02852
Country: US
 
Record
SN00626930-W 20040722/040720212242 (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.