Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
SOLICITATION NOTICE

Z -- C-5 construction procurement action that consists of apron, taxiway and hydrant loop; and maintenance hangar and shops facilities.

Notice Date
2/4/2005
 
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
W912L8-05-R-0003
 
Response Due
4/20/2005
 
Archive Date
6/19/2005
 
Small Business Set-Aside
N/A
 
Description
The West Virginia Air National Guard located at Martinsburg WV and the USPFO for West Virginia intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services, non-personal, to provide all plant, labor, transpo rtation, materials, tools, equipment, appliances and supervision necessary to perform and complete C-5 Construction Procurement Action that consists of Aircraft Apron, Taxiway and Hydrant Loop; and Maintenance Hangar and Shops Facilities. The Aircraft Apr on, Taxiway and Hydrant Loop 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 pavement parking apron, asphalt shoulder stabilization; extend utility system; ra mp lighting, markings and grounding points. The Maintenance Hangar and Shops Facilities work includes, but is not limited to, reinforced concrete foundation and floor slab, steel-framed masonry walls and sloped roof; Interior walls; fire protection; mecha nical systems and utilities; provide exterior utilities; pavements; site improvements; communications extension and support. Magnitude of the project is between $25,000,000.00 and $100,000,000.00. The type of contract is 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 is anticipated to take approximate 700 days after notice to proceed to include inspection and punch list. The Nort h 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 basis in accordance wit h the Small Business Competitiveness Demonstration Program (Ref: FAR 19(c)(2). All responsible firms may submit an offer. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large bu siness and must be submitted with the offer. The tentative date for issuing the solicitation is on-or-about March 17, 2005. The tentative date for the pre-proposal conference is on-or-about April 7, 2005, 1:00 p.m. local time at the 167th AW Air Base. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation for clearance to the facility. All questions for the pre-proposal conference must be submitted using Proposal Inquiry Form (Exhibit F) by April 4, 2005 via e-mail (preferred) 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-abo ut April 20, 2005. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Past Perfor mance and Price. The Government intends to award without discussions, therefore, the offerors initial proposal shall contain its best terms. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can regi ster via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUN S number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.national guardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and s pecifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For se curity reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the w eb site. This solicitation is not a competitive bid and there will not be a formal public bid opening. 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.national guardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amen dments to the solicitation. Websites 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. T he Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 167th AW, West Virgin ia Air National Guard, Martinsburg, WV.
 
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
SN00746033-W 20050206/050204212136 (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.