Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
MODIFICATION

Y -- CONSTRUCT AN AIR NATIONAL GUARD COMMUNICATIONS TRAINING FACILITY AT MCCHORD AFB, WA - Amendment 2

Notice Date
9/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K309B0002
 
Response Due
9/10/2009
 
Archive Date
11/9/2009
 
Point of Contact
Elke H. Neal, Phone: 2535128885
 
E-Mail Address
elke.neal@us.army.mil
(elke.neal@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
AMEMENDMENT 2 The project is an Air National Guard Communications Training Facility To Include a SENSITIVE COMPARTMENTED INFORMATION FACILITY (SCIF) located on McChord AFB, WA being constructed to LEEDS Silver Certification. The Washington Air National Guard 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 A NATIONAL GUARD COMMUNICATIONS TRAINING FACILITY To Include a SENSITIVE COMPARTMENTED INFORMATION FACILITY (SCIF) to LEEDS Silver Certification located at McChord AFB, WA. The training facility will entail of an approximately 23,500 SF load-bearing masonry and steel-framed building on two levels. The substructure features cast-in-place concrete footings in various configurations with slabs-on-grade. Upper floor structures are composite assemblies consisting of metal decking and cast-in-place concrete slabs. Roof structures feature metal decking (conventional and acoustic) on steel joists and beams, with isolated portions being cast-in-place concrete on metal decking. Exterior walls are generally metal stud interior walls and brick, precast architectural concrete, and concrete unit masonry veneer. Fenestration systems feature anodized aluminum frames and insulating laminated glazing. Interior finishes include gypsum wall board over metal stud partitions, carpet tile and resilient flooring, acoustic tile ceilings, and typical institutional-grade interior elements, Heating and cooling systems feature on-site boilers, and centralized air handling units with hydronic VAV fan or terminal units. The facility incorporates standard plumbing, electrical, and signal systems. Facility will house an 8,700 SF Sensitive Compartmented Information Facility (SCIF), portions have raised flooring. Site development includes clearing and grading, storm drainage, water and sanitary utilities, site power and lighting, asphalt paving, masonry site walls, and landscaping. Magnitude of the project is between $5,000,000.00 and $10,000,000.00. Construction/contract completion time is anticipated to take approximately 360 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 8(a) Business Concerns. The tentative date for issuing the solicitation is on or about 10 August 2009. The tentative date for the pre-proposal conference is on or-about 18 August 2009. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about 10 September 2009. Actual dates and times will be identified in the solicitation. 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 IFB and associated information, plans and specifications will be available from the EBS website at http://www.fbo.gov. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the 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) in order to view or download the plans or drawings from the web site. DISCLAIMER: The official plans and specifications 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 following page http://www.fbo.gov for electronic downloading. This will 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 IFB. 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 not issue paper copies. NOTE: No telephone calls will be accepted regarding this synopsis and solicitation. 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 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-09-01 19:42:45">Sep 01, 2009 7:42 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-09-08 21:18:52">Sep 08, 2009 9:18 pm Track Changes CHANGE THE TIME OF BID RESPONSE TO 15 SEPT 09 AT 3:00PM PACIFIC TIME
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W912K309B0002/listing.html)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
 
Record
SN01944753-W 20090910/090909083053-6ac559f0be496999b05df6296a0649cd (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.