Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

Y -- PRE-SOLICITATION NOTICE TO CHANGE ON/ABOUT DATES FOR ISSUING THE SOLICITATION, SITE VISIT AND PROPOSAL DUE DATE.

Notice Date
5/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 147 FW/MSC, 147 FW/MSC, Bldg 1258, Ellington Field, 14657 Sneider Street, Houston, TX 77034-5586
 
ZIP Code
77034-5586
 
Solicitation Number
W912L109R0027
 
Response Due
6/11/2009
 
Archive Date
8/10/2009
 
Point of Contact
DEBRA L. McGOWAN, 281-929-2743<br />
 
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 labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete a new Fire Station which is a one (1) story 22,809 square foot structure consisting of six (6) apparatus bays, offices, twelve (12) bunk rooms, kitchen, training, break, dining, restrooms, mechanical, communication, electrical rooms and all other spaces necessary for a complete and usable facility. Construction includes but is not necessarily limited to a concrete slab on grade, metal framing and masonry exterior, built up roof, interior partitions, interior finishes, lighting, heating, ventilation, air conditioning, vehicular exhaust, 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 all site improvements including but not necessarily limited to pavements, planters, walks, parking, utilities and communications support. Building is to be LEED Certified. Project has a number of Options one of which is demolition of the existing 12,086 square foot one story fire station. Construction/contract completion time is anticipated to take approximate 365 days. Magnitude of the project is between $5,000,000 and $10,000,000. The type of contract is firm fixed-price. A single award is contemplated. Both price and past performance 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 $31.0 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis. All responsible firms may submit an offer. 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 1 JUN 2009. The tentative date for the pre-proposal conference is on-or-about 18 JUN 2009, 2:00 p.m. local time at Civil Engineering, Bldg 1256, Ellington Field JRB, Houston, Texas. All contractors are strongly encouraged to attend. Instructions for entering the base will be provided in the solicitation package. All questions for the pre-proposal conference must be submitted using Proposal Inquiry Form (Exhibit F) by 15 JUN 2009 via e-mail to debra.mcgowan@ang.af.mil or linda.janak@us.army.mil or fax to 281-929-2748. No additional requests for information will be accepted after 25 JUN 2009. Initial Responses will be posted on 15 JUN 2009 prior to the pre-proposal conference. Responses to RFIs received after the preproposal conference will be posted no later than three (3) days prior to closing date. The solicitation closing date is scheduled for on-or-about 30 June 2009. 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 and they are approximately equal. The Government intends to award without discussions, therefore, the offerors initial 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 will be available from the Army Single Face to Industry website https://acquisition.army.mil/asfi/. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Business Opportunities (FBO) website on-line at http://www.fbo.gov. 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 FBO in order to view or download the plans or drawings from the web site. This solicitation is not a sealed bid process 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://acquisition.army.mil/asfi/ 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. Place of performance is 147 RW, Ellington Field Joint Reserve Base, Houston, Texas.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USA/NGB/DAHA41-2/W912L109R0027/listing.html)
 
Place of Performance
Address: 147 FW/MSC Bldg 1258, Ellington Field, 14657 Sneider Street Houston TX<br />
Zip Code: 77034-5586<br />
 
Record
SN01817336-W 20090516/090514220353-4ad40948682c36dc7f01e530ea1e626c (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.