Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

Y -- CONSTRUCT AN ARMY NATIONAL GUARD READINESS CENTER LOCATED AT FORT LEWIS, TACOMA, WA 98430

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K309B0001
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
ELKE H. NEAL, 253-512-8885<br />
 
E-Mail Address
USPFO for Washington
(elke.neal@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Washington Army National Guard and the USPFO for Washington located at Tacoma, WA 98430 intends to issue an Invitation for Bids (IFB) to award a single, firm fixed-price contract for construction services, to provide all plant, labor, transportation, materials, tools, equipment and supervision necessary to construct an Army National Guard Readiness Center to LEEDS Silver Certification located at Fort Lewis, WA. The readiness center project requires construction of, but not limited to, a primary facility that is a steel frame/masonry type construction of a 104,000 SF, consisting of brick and concrete block units on three levels, with an attic for mechanical equipment. Roofing consists of fully-adhered single-ply membrane or pre-finished standing seam metal roof panels over polystyrene insulation, heating and cooling systems feature on-site boilers, and centralized air handling units with hydronic VAV fan or terminal units, POV and GOV parking, fencing, sidewalks, outside lighting, access roads, detached facility sign and flagpole. Magnitude of the project is between $10,000,000.00 and $25,000,000.00. Construction/contract completion time is anticipated to take approximately 540 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million average annual revenue for the previous three years. This action is 100% set-aside for Small Business concerns. The tentative date for issuing the solicitation is on or about 10 July 2009. The tentative date for the pre-proposal conference is on or-about 21 July 2009. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about 11 August 2009. Actual dates and times will be identified in the solicitation. Interested bidders 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 bidders 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 minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp and https://www.fbo.gov FedBizOpps website. All contractors and subcontractors interested in this project must register at this site. 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 bidders, 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. 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. All amendments will be posted under the EBS and FedBizOpps website. This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidders 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 bidders inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. NOTE: No telephone calls will be accepted regarding this project. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via e-mail or posting to the web. Send all questions to the following e-mail addresses: elke.neal@us.army.mil and Douglas.b.simpson@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W912K309B0001/listing.html)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA<br />
Zip Code: 98430-5170<br />
 
Record
SN01856268-W 20090627/090625235300-d8339dab3d6af3cf8f15155a3b5ce9b7 (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.