Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
MODIFICATION

Y -- Aerial Port Training Facility, Security & Communications Facility, Entry Control Facility and Perimeter Fence (partial). Corrected USPFO For RI Website Address in Synopsis.

Notice Date
2/28/2006
 
Notice Type
Modification
 
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
W912LD-06-R-0035
 
Response Due
4/19/2006
 
Archive Date
6/18/2006
 
Small Business Set-Aside
N/A
 
Description
Aerial Port Training Facility, Security & Communications Facility, Entry Control Facility and Perimeter Fence (partial), Quonset State Airport, Rhode Island Air National Guard, North Kingstown, Rhode Island; Project Number(s): TWLR949661B/C. This pro posed contract will be for the construction of three (3) separate facilities to support the C130, Model J-30 Airlift Mission for the Rhode Island Air National Guard, Quonset State Airport, North Kingstown, Rhode Island, The contractor shall provide all pla nt, labor, transportation, materials, equipment and appliances necessary to simultaneously construct the facilities. Aerial Port Training Facility: The facility will provide an industrial space for loading cargo onto pallets prior to placing them onto the aircraft. A parachute drying tower, parachute packing areas and support areas, administration office space, classroo ms and storage for completed pallets will be part of this facility. The construction contract will require Partnering between the Governmen t and Contractor as per AGC guidelines. This will be a two-story facility of approximately 14,200 SF with a maximum h eight of 75 FT. The foundation system will be steel H piles supporting pile caps and grade beams. The primary structure will be a pre-engi neered metal building system. The siding will be a combination of CMU split face veneer and metal panels. The roofing will be Standing Seam metal over metal purlins and insulation. Interior finishes include painted walls, light gauge metal framing with Gyp sum 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 consist of air ha ndling units and gas fired Hot Water Boilers with supporting piping and ductwork. The fire protection system will incl ude an overhead wet pipe system. The civil work for the Aerial Port Training Facility will include both asphalt and concrete paving for p arking areas and roadways. Area of construction encompasses approximately 16,800SY. Trenching and installation of utilities is required, with pipe and manhole systems tying into existing utilities. The construction must be accomplished without interruption of the day-to-day operations at the base including roadway access. Combined Security Forces Facility and Communications Facility: The facility will provide storage and training space for security forces personnel including administration office space, cla ssrooms and a weapons storage vault. The Communication portion of the facility will include storage spaces, computer training areas, a multimedia studio and base network telecommunications room. This will be a single story facility of approximately 27,500 SF with a maximum height of 27 FT. The foundation system will be r einforced concrete footings and grade beams. The primary structure will be a pre-engineered metal building system. The siding will be a combination of CMU split face veneer and metal panels . The roofing will be Standing Seam metal over metal purlins and in sulation. Interior finishes include painted walls, light gauge metal framing with Gypsum board, acoustical ceiling tile systems, VCT and ceramic tile, carpeting and painting exposed struct ure. The electrical will support voltages of 480/277, 240 delta and 208/120 with connection to existing base voltage of 15Kv. HVAC will consist of air handling units and gas fired Hot Water Boilers with supporting piping and ductwork. The fire protection s ystem will include an overhead wet pipe system. Security Forces Entry Control Facility: This facility is to provide protection for security personnel to oversee vehicular entry into the base. This will be a single story facility of approximately 360 SF wit h a maximum height of 27 FT. The building inclu des concrete vehicle barriers and a covered canopy for vehicle inspections. Structure shall be cavity wall CMU w ith brick veneer. The roofing will be Standing Seam metal over steel trusses. The civil work for the Security orces/Communications Facility and Entry Control Facility will include both asphalt and concrete paving for parking areas and roadways. Area of con struction encompasses approximately 71,000SY. Trenching and installation of u tilities is required, with pipe and manhole systems tying into existing utilities. A perimeter fence and gates will be installed as part of this project which includes approximat ely 4000 FT of 8' security fence. The construction performance period will be 450 calendar days with all three projects running simultaneously. The construction must be accomplished without interruption of the day-to-day operations at the base including pr ovision for base access. The estimated cost range for this project is more than $10 million dollars. The solicitation issue date is on/about 18 February, 2006. Proposal Closing Date is on/about 19 April, 2006, at 3:00PM. A single firm-fixed price contract will be awarded. 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 236 & 237 and the Size Standard for Small Business is $31.0 million aver age gross revenue of the concern taken for the last three (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 solicitation package will be issued via the web on ly, at http://www.ripfo.ngb.army.mil/ebs/advertisedsolcitations.asp . All amendments, pre-proposal/site visit minutes and questions (Request for Information) will be posted on this web site. All RFI's must be emailed to the PO C's at the below email addres s and must be submitted NLT 5 days prior to the Proposal Closing for posting to the web site. The Government reserves the right to accept RFI's after the Proposal Closing Date. There is no charge for the plans and specificatio ns or other solicitation documents. 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:// www.ccr.gov and at Federal Technical Data Solution (FeDTeDS) https://www.fedteds.gov in order to view or download the plans or drawings from the web site. The contract will be awarded under Source Selection procedures specified i n the solicitation. Evaluation factors include Price and Past Performance. A date of March 23, 2006 at 9:00AM has been established for a Pre-Proposal Meeting. Interested contractors are encouraged to attend and should contact the POC's at the below email a ddresses for clearance at the main gate. Place of performance is the Rhode Island Air National Guard Base, Quonset State Airport, North Kingstown, Rhode Island. Points of Contact for this proposed project are SMS Dena Kist 401-886-1317,; dena.kist@riquon.a ng.af.mil and Ms. Kathleen Koseoglu at 401-886-1318, kathleen.koseoglu@riquon.ang.af.mil
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
Country: US
 
Record
SN00996218-W 20060302/060228213350 (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.