Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

Z -- Repair Hangar & Shops, Bldg 685

Notice Date
2/23/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM-10-B-0001
 
Response Due
4/13/2010
 
Archive Date
6/12/2010
 
Point of Contact
Colleen Dalquist, 320.616.2751
 
E-Mail Address
USPFO for Minnesota
(colleen.dalquist@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Minnesota Air National Guard located at St. Paul, MN and the USPFO for Minnesota intend to issue an Invitation For Bid (IFB) to award a single firm fixed-price contract for construction services, non personal, to provide all plant, labor, transportation, materials, tools, equipment, and supervision necessary for the repair of Hangar and Shops, Building 685 at the Minnesota Air National Guard Base, Minneapolis/St. Paul International Airport (Hennepin County). This project includes renovation of a 36,508 SF (3,392 SM) C-130 aircraft maintenance hangar. The facility was constructed in 1956 and has been reorganized a number of times to meet mission needs, but is no longer adequate for the current mission. The work will include removal of interior walls and reconfiguration of approximately 12,600 SF (1,171) of shop space and offices for aircraft maintenance. Existing fire suppression in the spaces will be replaced. Restrooms/locker rooms will be modernized and reorganized to accommodate male & female personnel. The existing deluge fire suppression system in the 23,940 SF (2,224) hangar bay will be replaced with a High Expansion Foam system and the existing fire pumps and controllers will be replaced. The existing hangar doors will be refurbished. The structure and exterior of the facility will be modified to provide a drive-through capability for aircraft tug vehicles. HVAC equipment, windows, doors, fixtures, etc. will be installed or replaced to increase the energy efficiency of the facility. Site work required is typical of a project of this nature and includes utility work, parking area, curb and gutter at adjacent roadways, site drainage, and landscaping. This project includes sustainable design goals and has associated documentation requirements. Contractors will be expected to provide documentation that the owners sustainable goals have been met. The contract duration is at 365 days. This project is set aside for Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. The cost range is between $1,000,000 and $5,000,000. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees applies to this project. The tentative date for issuing the solicitation is on-or about 16 March 2010. The tentative date for the pre-bid conference is on-or about 30 March 2010, 10:00AM local time at the 133rd Airlift Wing, Mpls/St. Paul IAP. 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-bid conference. All questions for the pre-bid conference must be submitted by 26 March 2010 via email (preferred) to colleen.dalquist@us.army.mil or fax (320) 632-7799. The bid opening date is scheduled for on-or about 13 April 2010. Actual dates and times will be identified in the solicitation. 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, plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ 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 not issue 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 the 133 Airlift Wing, Mpls/St. Paul IAP, MN.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM-10-B-0001/listing.html)
 
Place of Performance
Address: 133rd Airlift Wing 614 Mililtia Dr., Mpls/St. Paul IAP St. Paul MN
Zip Code: 55111-4121
 
Record
SN02073028-W 20100225/100223235453-132f642aafe7b010b123e5877ecdeda2 (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.