Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

Y -- Design/Build Contract for Willow Grove Readiness Center, Willow Grove Joint Forces Reserve Base, Willow Grove, Pennsylvania

Notice Date
4/15/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Pennsylvania, USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC-08-R-0003
 
Response Due
6/5/2008
 
Point of Contact
Michael Koontz, 717-861-8643
 
Description
The Pennsylvania Army National Guard intends to issue a Request for Proposal (RFP) to award a single, firm fixed-priced contract for the design and construction (design-build) of project number 420179 Willow Grove Readiness Center at the Willow Grove Joint Forces Reserve Base, Willow Grove, Pennsylvania. The site is located on approximately 7 acres off Itami Street at the Willow Grove Naval Air Station in Horsham Township, Montgomery County, Pennsylvania. The scope includes an approximately 48,200 SF two-story Readiness Center serving over 270 Soldiers. Main entrance into the facility is through a visually open lobby with storefront glass leading to the main corridors and elevator. Prominent or unique features include a 6300 SF Assembly Hall with overhead door and an option to reduce to 5000 SF; a small auditorium seating roughly 120 personnel; a computer classroom; personnel and unit storage to include arms vaults for each of the three units; nearby loading docks; and over 12,000 SF of office space maximizing exterior light and views. Proposed wall construction is brick or DBC-selected veneer with an insulated reinforced masonry wall backup supported by spread footings. Roof basis of design is built-up modified bitumen low-slope roofing, with steel-framed structural system. Alternative roof and structural systems will be considered. Fire protection will be provided. HVAC includes a DDC-controlled two-boiler gas-fired system with chiller, with consideration provided to other low maintenance and operationally enhanced alternatives. Emergency back-up power is planned as are occupancy sensors, split switching, and other energy efficient systems. The DoD goal is a LEED Silver self-certification with a minimum of a certified rating. Sitework includes over 3300 SY of flexible pavement, 6100 SY of rigid pavement, 575 LF of fencing, and 340 SY of sidewalk. Gas, electric, water, sewer, and telephone are in close proximity. Sitework and building location will maximize existing landscaping and use of open space for other base functions. The anticipated contract performance period for design and construction is 600 calendar days after receipt of Notice to Proceed (NTP). The estimated price range is between $10,000,000 and $25,000,000. This procurement is being solicited using the two-phase design build selection procedures authorized by FAR 36.3. The Phase One solicitation issue date is on/about 07 MAY 08. Phase One proposal closing date is on/about 06 JUN 08. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3. Phase One evaluation factors include, but are not limited to the offeror and offerors team past performance, basic technical approach and capability information. Price is not required with Phase One proposals. Following the review, evaluation, and rating of these proposals, the Government intends to select a minimum of two, but not more than five, of the highest rated contractors to advance to Phase Two. The 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 North American Industry Classification System (NAICS) Code is 236220 and the Size Standard for Small Businesses is $31.0 million. A Small Business subcontracting plan will be required of a large business offeror who is selected to propose in Phase Two and must be submitted with the Phase Two offer. There will be a Pre-proposal Conference on/about 13 MAY 08. 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 at the following internet site: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at the site. 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 theOnline Representations and Certifications Application (ORCA) website. At the time the Phase Two solicitation is issued the plans and specifications 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 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 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.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 periodically 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 web pages. The Government will issue no 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1f5d631b9aa8cb9a2a69c6ac89611e7&tab=core&_cview=1)
 
Place of Performance
Address: Willow Grove Joint Forces Reserve Base Willow Grove PA
Zip Code: 19090-5320
 
Record
SN01554405-W 20080417/080415220504-f1f5d631b9aa8cb9a2a69c6ac89611e7 (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.