Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

Y -- 147th Fighter Wing Texas Air National Guard Predator Operations Complex

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
 
ZIP Code
78763-5218
 
Solicitation Number
W912L107R5003
 
Response Due
6/1/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
N/A
 
Description
The Texas Air National Guard located at Ellington Field Joint Reserve Base Houston Texas and the USPFO for Texas intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services, non-personal, to provide all pla nt, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete a Predator Operations Complex Construction Procurement Action consisting of a new Predator Operations Complex (POC) which includes but is n ot necessarily limited to a concrete slab on grade and recessed for computer flooring, metal framing with masonry exterior, sloped standing seam metal roof, computer flooring, interior partitions, interior finishes, lighting, heating, ventilation, air cond itioning, alarm and camera systems, security, electrical, public address, lighting, fire protection and suppression, back up electrical generator, un-interruptible power capability and fuel tank. Provide grounding rods and points and mounted tie down rings for one deployable ground control station (GCS) including installing electrical, communications and air conditioning duct hookups. Building will meet all requirements as a critical Sensitive Compartmented Information Facility (SCIF) with the exception of toilet rooms, break room, SCO office. Included is controlled entry to the SCIF. Provide all site improvements including but not necessarily limited to pavements, parking, utilities and communications support. Communications will be robust and redundant wit h connectivity to two communications switches. Communication requirements include NIPRNRT, SIPRNET, JWICS, DSN and video-link capabilities. This redundant communications connectivity requires an extension and looping of communications lines and switching f rom buildings 1142, 1377 and 1384 including trenching, boring, manholes and four conduits. Project includes renovating Building 1193 including but not necessary limited to reconfiguring interior partitions, upgrading wall finishes, ceiling, flooring and ut ilities, electrical and lighting, heating, ventilation, and air condition, plumbing, and fire detection and security alarms. Project has a number of Bid Options and is broken into construction phases. The POC must be complete and operational by 31 Mar 08. Building 1193 will be renovated in four construction areas with three of the four occupied by the user during construction. Magnitude of the project is between $5,000,000.00 and $10,000,000.00. The type of contract is firm fixed-price. A single award is contemplated. Both past performance and price will be factors in the RFP contractor selection. Failure to submit an offer on all items shall result in rejection of the proposal. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $31 million average annual revenue for the previous three years. This acti on 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 S ubcontracting 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 May 2, 2007. The tentative date for the pre-proposal conference is on-or-about May 17, 2007, 1:00 p.m. local time at 147 FW, Ellington Field Air National Guard Base (Houston), Texas. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation for clearance to the f acility. All questions for the pre-proposal conference must be submitted by May 15, 2007 via e-mail to ngtxp&c@tx.ngb.army.mil. Directions and instructions for entering the base will be provided in the solicitation package. The solicitation closing date is tentatively scheduled for on- or-about 1 Jun 2007, with an anticipated award date of on or about 15 July 2007. 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 Performance and Price. The Government intends to award without discussions, therefore, the Offeror's initial proposal shall contain its best terms. Interested offerors must be registered in the DOD C entral 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 certific ations 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 specificati ons will be available from the Army Single Face to Industry (ASFI) website located at https://acquisition.army.mil/asfi/. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be avail able 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 security reasons all potentia l 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 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 ASFI page at https://acquisi tion.army.mil/asfi/ for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites ar e 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. The Government will issue no paper copie s. 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 147 FW, Ellington Field Joint Reserve Base, Houston, Texas.
 
Place of Performance
Address: Ellington Field Joint Reserve Base 14657 Sneider St Houston TX
Zip Code: 77034-5586
Country: US
 
Record
SN01276023-W 20070420/070418221209 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.