Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

Z -- C-130 Squadron Operations Facility - Solicitation - Exhibits A-F - Specifications - Plans

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC-10-R-0003_
 
Archive Date
5/7/2010
 
Point of Contact
Melissa J Grice, Phone: 309-633-5204
 
E-Mail Address
melissa.grice@ang.af.mil
(melissa.grice@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Exhibits D-E-F Exhibit C Exhibit B Exhibit A Solicitation The Illinois Air National Guard located at Peoria, IL intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for construction to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete a C-130 Squadron Operations Facility at the 182 Airlift Wing in Peoria, Illinois. The C-130 Squadron Operations Facility work includes, but is not limited to, construct a one-story, 27,700 sq. ft. C-130 Squadron Operations Facility, reinforced concrete foundation and floor slab, steel framed masonry walls, exterior brick veneer, and sloped roof structure. Match base architectural style, provide required interior mechanical, electrical and fire protection systems. Provide required utilities, HVAC, pavements, and site improvements, fire protection and communication support. The project shall comply with ANG Sustainable Design Policy. The project is classified as vertical construction for the purpose of compliance with ANG policy. The project shall obtain USGBC LEED Silver Certified recognition. The project shall comply with Energy Policy Act of 2005 (EPAct 05). The project shall comply with Intelligence Community Policy Guidance number 705.2. The project shall comply with Unified Facility Criteria 4-010-01 DoD Minimum Anti Terrorism Standards for Buildings (22 JAN 2007). Magnitude of the project is between $5,000,000.00 and $10,000,000.00. Construction/contract completion time is anticipated to take approximately 545 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $33.5 million average annual revenue for the previous three years. 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 in the case of a contract for Construction by special trade contractors, 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 date for the pre-proposal conference is 30 March 2010, 9:00 a.m. central standard time at the 182 Airlift Wing. 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-proposal conference. The solicitation closing date is scheduled for 22 April 2010 at 9:00am central standard time. 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 Technical, Past Performance, and Price. A Critical Path Method Schedule is required with the offer. The Government intends to award without discussions. 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 from the Federal Business Opportunities website (FedBizOpps.gov or 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) E-mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders/Offerors who have registered with FedBizOpps must access the data for this solicitation by way of the link issued with the solicitation. Bidders/Offerors cannot log onto the FedBizOpps home page and search for data. This solicitation is not a competitive bid and there will not be a formal public bid opening. The plans and specifications will be available only from the Federal Business Opportunities website on-line at https://www.fbo.gov. No telephone requests will be accepted. DISCLAIMER: The official plans and specifications are located on the FedBizOpps web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps website for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's 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 offeror's 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 person specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 182 AW, Illinois Air National Guard, Peoria, IL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-10-R-0003_/listing.html)
 
Place of Performance
Address: 182 Airlift Wing, 2416 S. Falcon Blvd., Peoria, Illinois, 61607, United States
Zip Code: 61607
 
Record
SN02099530-W 20100325/100323235015-73474db155b2e376f01de8c97ee094ce (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.