Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
MODIFICATION

Y -- This modifies the synopsis issued 20 Jan 2006, Illinois National Guard intends to issue Request For Proposal for a firm fixed-priced contract for Design-Build Construction of Project: Replace Composite ASOC/ASOS Training Facility 182AW Peoria I L

Notice Date
2/17/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Illinois, Camp Lincoln, 1301 North MacArthur Boulevard, Springfield, IL 62702-2399
 
ZIP Code
62702-2399
 
Solicitation Number
W91SMC-06-R-0009
 
Response Due
2/27/2006
 
Archive Date
4/28/2006
 
Small Business Set-Aside
N/A
 
Description
This is a Modification to the original synopsis issued 20 January 2006. The Illinois Air/Army National Guard intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for the design and construction (design-build) o f Project #JLQN009095, Title: Replace Composite ASOC/ASOS Training Facility at the 182nd Airlift Wing, Greater Peoria Airport, Peoria, IL. This solicitation is for the design, permitting, site preparation, construction and commissioning of the facility in accordance with the approved design. The total scope of the new building is approximately 37,700 SF. The ASOC/ASOS Training Facility will provide a properly sized and adequately configured facility to house squadron operations, including but not limited to: command, administrative, mission support, equipment repair, special equipment servicing, storage and other similar functions. The building will be a steel framed structure with masonry, reinforced concrete floors, foundation system, fire detection an d prevention, electrical, mechanical and communications. The sitework will include driveways, parking, sewer, utilities, sidewalks, gas service, water service, sanitary and storm water collection system. The entire facility shall comply with the requirem ents of UFC4-010-1 and UFC 4-010-2 Unified Facilities Criteria for Anti-terrorism and Force Protection Standards. Design and construction shall comply with the specifications and requirements contained in the RFP. The anticipated contract performance peri od for design and construction is 460 calendar days after receipt of Notice to Proceed (NTP). The estimated price range is between $5,000,000 and $10,000,000. This procurement is being solicited using the two-phase design build selection procedures author ized by FAR 36.3. The Phase Once solicitation issue date is amended to read on or about 27 February 2006. Phase One proposal closing date is on/about 28 March 2006. Phase One evaluation factors include, but are not limited to the offeror and offerors tea m past performance, basic technical approach and capability information. Price is not required with Phase Once proposals. Following the review, evaluation, and rating of these proposals, the Government intends to select three, but not to exceed five, of th e highest rated contractors to receive Phase Two technical requirements RFP. Phase Two evaluation factors include but are not limited to, Price, Technical Data requirements, Management Plans and a comprehensive design and construction Schedule. Award will be unrestricted and is being made pursuant to the Small Business Competitiveness Demonstration Program (Ref: FAR 19(c) (2). Notice of Price Evaluation Preference for HUBZone Small Business concerns in accordance with FAR 52.219-4 is applicable. The Nort h American Industry Classification System (NAICS) Code is 236220 and the Size Standard for Small Businesses is $31.0 million annual receipt for the past 3 years. A Small Business subcontracting plan will be required of a large business offeror who is selec ted to propose in Phase Two and must be submitted with the Phase Two offer. There will be a Pre-proposal Conference for Phase One on 8 March 2006 at 10:00 AM. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation package will be issued via the web only. All amendments, site visit minutes and questions will be posted on the web. There is no charge for the plans and specifications, which will be available through the following internet site http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at the site. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) http://w ww.ccr.gov/ and the Federal Technical Data Solution (FedTeDS) https://www.fedteds.gov/ in order to view or download the plans or drawings from the web site, which will be available at the time the Phase Two solicitation is issued. This solicitation is not a competitive bid and there will not be a formal public bid opening.
 
Place of Performance
Address: 182nd Airlift Wing Greater Peoria Airport, 2416 S Falcon Way Peoria IL
Zip Code: 61607
Country: US
 
Record
SN00990643-W 20060219/060217212527 (fbodaily.com)
 
Source
FedBizOpps 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.