Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

Y -- TFI-cNAF Beddown-Upgrade Facilities, Bradley Air National Guard Base, East Granby, CT

Notice Date
1/4/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-10-R-0002
 
Response Due
3/1/2010
 
Archive Date
4/30/2010
 
Point of Contact
Thomas Tortorella, 860-524-4840
 
E-Mail Address
USPFO for Connecticut
(thomas.tortorella@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This pre-solicitation notice is for a proposed construction project to provide all plant, labor, transportation, materials, equipment, supervision, and appliances necessary to complete the proposed project at the Connecticut Air National Guard (ANG) Base, East Granby, CT in strict compliance with plans and specifications. Project CEKT079036, TFI-cNAF Beddown-Upgrade Facilities consists of the following: - Modify Building 22 into a Sensitive Compartmentalized Information Facility (SCIF), which meets Joint Air Force/Army/Navy 6/9 (JAFAN 6/9) directives, to include interior spaces. Establish an operations floor with a battlecab. Repair and isolate existing communication switch area. Construct a building addition to match existing facility. Renovate a portion of the Building 2 to provide Air Operations Center (AOC) administrative support space. Install a new standing seam roofing system with support framing, install replacement windows and personnel doors. Provide Anti-Terrorism/Force (AT/FP) Protection requirements on both facilities. Remove exterior windows and doors as required. Reconfigure interior spaces including wall and ceiling systems to establish useable and functional spaces. Upgrade bathrooms with new fixtures and provide adequate locker room facilities. Replace and reconfigure HVAC systems, modify interior electrical system and install fire detection and protection systems. Provide smart meters and direct digital controls to improve energy efficiency to meet required standards and obtain LEED Silver certification. Upgrade water services and expand communications support infrastructure, as required. Remove AT/FP pavement incursions by relocating adjacent parking areas. Provide replacement landscaping. The magnitude of construction for this project is between $5,000,001 and $10,000,000. The construction schedule and major elements of the project will be closely coordinated with the Base Civil Engineer. The estimated construction performance period is 365 calendar days after acknowledgement of Notice to Proceed (NTP). Payment and Performance Bonds are required for this project. The solicitation will be issued on or about 1 February 2010. Past Performance and Price Proposal will be due on or about 16 March 2010. Award of Options is contingent upon availability of funds. The Government anticipates awarding options at time of award. A firm fixed price contract will be awarded under Source Selection procedures as specified in the solicitation. Evaluation factors include Past Performance and Price. The Source Selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection procedures. The Government intends to award without discussions. At this time no pre-solicitation conference/site visit is scheduled for this project (see Section 00100 for all the details when the RFP is issued). Funding is currently not available for this acquisition at this time. The North American Industry Classification System (NAICS) code applicable to this project is 236220. The applicable small business size standard (to be considered as a small business) including affiliates is not more than Thirty Three Million Five Hundred Thousand dollars ($33,500,000) average annual revenue for the previous three years. This project will be solicited as a TOTAL SET ASIDE FOR SMALL BUSINESSES. 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 RFP and associated information, plans and specifications will be available from the EBS website at https://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 https://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 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 EBS page https://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 RFP. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-10-R-0002/listing.html)
 
Place of Performance
Address: 103rd Airlift Wing, Bradley Air National Guard Base 100 Nicholson Road East Granby CT
Zip Code: 06026
 
Record
SN02034572-W 20100106/100104235824-a734ed98c7ee05e5dd826f6d19523171 (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.