Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
MODIFICATION

Y -- Amendment to Pre-Solicitation Notice for Air Traffic Control Tower

Notice Date
4/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-09-R-0036
 
Response Due
4/22/2010
 
Archive Date
6/21/2010
 
Point of Contact
William J. Henry, 401-275-4205
 
E-Mail Address
USPFO for Rhode Island
(william.j.henry1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This pre-solicitation amendment serves as notification that the solicitation issue date has changed from on-or-about 28 February 2010 to 8 March 2010, with the pre-proposal conference scheduled for 12 March 2010. Questions intended for the pre-proposal conference must be submitted NLT 6 March 2010 to the Contracting Officer. The solicitation closing date is scheduled for on or about 22 April 2010. The Rhode Island Air National Guard located at Quonset ANGB, North Kingstown, RI and the USPFO for Rhode Island intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for construction services, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the replacement of an Air Traffic Control Tower located at Quonset State Airport, North Kingstown RI. The facility size is approximately 668 SM (7,200 SF), with a proposed approximate maximum height of the ATCT 98 5 above grade with a cab floor elevation of 77 7 above grade. The facility will have six floors plus the control cab level. The proposed Air Traffic Control Tower consists of the control tower cab, a training and crew briefing room, a tower training room, mechanical ro oms, the chief air traffic control officers (CATCO) office, an administration area, a back-up generator, utility support, extensive communications support, a catwalk around the outside of the tower cab, an intercom system, a security system, and an elevator. An access road and parking lot for organizational and non-organizational vehicles must also be provided. The Magnitude of the project is between $5,000,000.00 and $10,000,000.00. Failure to submit an offer on all items shall result in rejection of the proposal. Construction/contract completion time is anticipated to take approximately 365 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 (FAR Part 19). The tentative date for issuing the solicitation is 8 March 2010. The tentative date for the pre-proposal conference is 12 March 2010 at 1 PM. local time at the 143d AW, Quonset Air National Guard Base. 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. All questions for the pre-proposal conference must be submitted by 6 March 2010 via e-mail to Stephen.dilustro@us.army.mil or fax to 401-275-4305. The solicitation closing date is scheduled for on-or-about 22 April 2010. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS 215.3, Source Selection Procedures. Evaluation factors include Past Performance and Price. The Government intends to award without discussions, therefore, the offerors initial proposal shall contain its best terms. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. The solicitation and associated information to include the plans and specifications will be available from the EBS website http://www.ripfo.ngb.army.mil/ebs/advertisedsolicitations.asp. All contractors and subcontractors interested in this project must register at this site. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FedBizOpps before accessing the system. Registration instructions can be found on the FedBizOpps website. This solicitation is not a competitive bid, and there will not be a formal public bid opening. 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. Amendments if/when issued will be posted to the EBS page http://www.ripfo.ngb.army.mil/ebs/advertisedsolicitations.asp 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD-09-R-0036/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN02119137-W 20100414/100412234640-b6898b11d40c9deda1047012ccfbba68 (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.