Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

Y -- Aircraft Ready Shelters and AMU Upgrade

Notice Date
7/14/2010
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
 
ZIP Code
57702-8186
 
Solicitation Number
W912MM-10-R-0002
 
Response Due
9/2/2010
 
Archive Date
11/1/2010
 
Point of Contact
Patricia Zolnowsky, 605-737-6664
 
E-Mail Address
USPFO for South Dakota
(pat.zolnowsky@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for South Dakota, located at Rapid City, SD, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Aircraft Ready Shelters and AMU Upgrade, Joe Foss Field, Sioux Falls, SD. Construction services will consist of the construction of two (2) new Aircraft Ready Shelters and renovating and constructing an addition to the AMU Facility on the Air National Guard Base located on Joe Foss Field, Sioux Falls, SD. The scope of work includes, but is not limited to the following: 1) Two (2) each new aircraft ready shelters will be constructed at the east end of the existing apron. Both metal shelters will be supported by spread footing on engineered fill with upward swinging doors, high expansion foam and pre-action fire sprinkler systems. The shelters will be drive through. 2) The AMU Upgrade will include the renovation of the existing building and addition to the east. The project will include interior spatial new construction and renovation and a building addition housing locker rooms, expanded toilet and shower spaces, tool room and garage spaces. In addition to a base price for the work describe above the solicitation includes Government Options for this project. 1. Generator and Automatic Transfer Switches (Ready Shelters); 2. Additional Fire Hydrant (Ready Shelters); 3) Quarry Tile Flooring (AMU Upgrade); and 4) Replace Relocated Lockers with new Metal Lockers (AMU Upgrade). Magnitude of the project is between $1,000,000 and $5,000,000. Construction/contract completion time is anticipated to take approximately 365 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. 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 a general 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. It is anticipated that the solicitation will include brand specific Monaco Enterprises for fire alarm notification system, the direct digital control system to be TAC brand, Panduit Corporation brand for the communication jacks, wall plates and patch panels, and Best Lock Corporation for the master keyed security system. Brand specific items are requested for standardization and compatibility with existing systems/equipment. The tentative date for issuing the solicitation is on-or-about 3 August 2010. The tentative date for the pre-proposal conference is on-or-about 18 August, 1:00 p.m. local time at the 114FW Base Civil Engineer Building at Joe Foss Field, Sioux Falls, SD. 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 on-or-about 2 Sep 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 Part 215.3, source selection procedures. Evaluation factors include Past Performance and Price. 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 and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. 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. 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.nationalguardcontracting.org/Ebs/AdvertisedSolictations.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. Place of performance is at Joe Foss Field, Sioux Falls, South Dakota.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39/W912MM-10-R-0002/listing.html)
 
Place of Performance
Address: 114 Fighter Wing - South Dakota Air National Guard 1201 West Algonquin Street Sioux Falls SD
Zip Code: 57104
 
Record
SN02205006-W 20100716/100714234459-03edf2aab722d409164316011361a570 (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.