Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

Z -- Repair Operations and Training Building

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
171 ARW/LGC, Pittsburgh International Airport, 300 Tanker Road #4202, Coraopolis, PA 15108-4204
 
ZIP Code
15108-4204
 
Solicitation Number
W912KC-05-R-0007
 
Response Due
4/4/2005
 
Archive Date
6/3/2005
 
Small Business Set-Aside
N/A
 
Description
The Pennsylvania Air National Guard located at Coraopolis, PA 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, transportation, materials, tools, equipm ent, and supervision necessary to Repair Operations and Training Facility, Building 300. This project includes various disciplines of work with the primary items being the replacement of the building HVAC system, replacement of the single ply membrane roo f system, and renovation of interior latrine/locker room facilities. The project also includes some exterior facility repairs to the facility exterior, concrete stairs, and replacement of railings. The replacement of the HVAC system includes all componen ts of the system to include the roof top air handler, condensing units, interior duct work, hydronic pipe systems, all terminal units, HVAC controls, and facility exhaust systems. The facility boiler system is the only item to remain. The HVAC system wor k requires the removal of interior ceiling systems, lighting, and all installed devices. This project has specific schedule and phasing requirements identified in the project drawings that significantly impact how this work can be accomplished. Magnitude of the project is between $1,000,000.00 and $5,000,000.00. 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 completi on time is anticipated to take approximate 395 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $28.5 million aver age annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis in accordance with 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 business and must be submitted with the offer. The tentative date for issuing the solicitation is on-or-about 4 April 2005. The tentative da te for the pre-proposal conference is on-or-about 14 April 2005 at 10:00 a.m. local time at the 171st ARW building 205 Civil Engineering. A second pre-proposal conference will be held on-or-about 26 April 2005 at 10:00 a.m. local time at the 171st ARW, Co raopolis, PA (building 205 Civil Engineering). The second conference is an opportunity for the prime contractors to have their sub-contractors view the field conditions. No other visits will be arranged. All contractors are encouraged to attend the pre- proposal conference. Information reguarding the pre-proposal conference is contained in the solicitation. Directions for the facility will be provided in the solicitation. All questions for the pre-proposal conference must be submitted in writing (e-mai l is preferred) to the contracting office. This address will also be provided in the solicitation. The solicitation closing date is scheduled for on-or-about 4 May 2005. Actual dates and times will be identified in the solicitation. The source selection p rocess will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Past Performance, Technical, and Price. The Government intends to award without discussions, therefore, the offerors ini tial proposal shall contain its best terms. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. 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. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS 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.nationalguardcontracti ng.org/Ebs/AdvertisedSolicitations.asp. on or around 4 April 2005. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technical Data Solution (FedT eDS) 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 security 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 web site. This solicitation is not a competitive bid and there will not be a formal pub lic 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.nationalguardcontracting.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 periodicall y for any amendments 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 w eb pages. The 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 171st ARW, Pe nnsylvania Air National Guard, Coraopolis, PA.
 
Place of Performance
Address: 171 ARW/LGC Pittsburgh International Airport, 300 Tanker Road #4202 Coraopolis PA
Zip Code: 15108-4204
Country: US
 
Record
SN00766983-W 20050313/050311212036 (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.