Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOURCES SOUGHT

Z -- Sources Sought TFI cNAF Beddown @ Battle Creek ANG Base, Battle Creek, Michigan

Notice Date
7/27/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
MBMV079055
 
Response Due
8/2/2010
 
Archive Date
10/1/2010
 
Point of Contact
Eva Lauchie, 517 481 7850
 
E-Mail Address
USPFO for Michigan
(eva.lauchie@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT The purpose of this synopsis to gain knowledge of potential Small Businesses, Service Disabled Veteran Owned Businesses and/or HubZone business. Battle Creek Air National Guard anticipates the solicitation and award of a contract for the project TFI cNAF Beddown PN#MBMV079055 TFI - cNAF Beddown. The Maginitude of this project is between $10,000,000 and $25,000,000. A Firm fixed price contract is anticipated. Solicititation will be issued utilizing Sealed Bidding procedures (IFB) The scope of the work encompasses two buildings and site work at the buildings. Both buildings, numbered 6922 and 6923, require extensive renovation to the existing structure and large additions to be built. Building 6923s existing industrial configured structure is 22,200square foot structural steel and masonry construction with metal panel fascia and encompassing an EPDM flat roof system. The electrical, mechanical, and communications systems will be completely removed and upgraded. Some interior spaces will be reconfigured for administrative functions by removing walls and building new. The new construction portion of the building will be approximatley15,800 square feet. This portion will also be constructed of structural steel and masonry construction with metal panel fascia and encompassing an EPDM flat roof system. An additional mechanical room and electrical room will be constructed to support the addition. Additional communications rooms will also be built into the space. A portion of the new construction will house a Sensitive Compartmented Information Facility (SCIF). This portion of the facility will require Department of Defense (DOD) daily inspections for compliance to DOD SCIF construction standards beyond local base construction inspection. There is an extensive communications wiring system being installed in this facility, requiring professional installation and cable management skills. Building 6922 has an existing structure of 14,850 square feet designed for industrial use. It is a structural steel, masonry block and brick constructed facility with an EPDM roof system. This existing structure will also undergo a significant mechanical, electrical and communications replacement. Building 6922 will also have spaces reconfigured to administrative use. Construction of an approximate 8,000 square foot addition is included in the scope of the project. This addition will also contain a mechanical room, electrical room and communications room for entry of outside plant into the facility. Communications cabling through the facility will be extensive, requiring professional installation and cable management skills. Site work includes the installation of new communications duct bank into the two buildings, extending from an existing duct bank system. There will be partial demolition of the parking lot at Building 6923 and full demolition of the parking lot at building 6922. The parking lot at Building 6922 will be reconstructed in a new configuration. There is a new installation of natural gas line to building 6922. Site work also includes and installation of new storm water lines and water lines. A large parking lot is an additive bid item to include site lighting and storm water lines. The North American Industry Classification System (NAICS) code for this work is 36220. 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 state by submission of an offer/bid 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 special trade contractors, the concern will perform at least 15% (fifteen) of the cost of the contract, not including the cost of materials, with its OWN employees, -applies to this project if set aside for small business. Contractors should provide information regarding their plan and resources available to provide the indicated 15 percent of the cost of the contract with its own employees. Contractors should have specialized experience working on an active construction site. Attach additional information, not to exceed three typewritten pages, that must include a (10 positive statement of intent to submit a proposal response as a prime contractor and (2)a completed signed Sources Sought Information Request Form (see form attached ) and (3) a listing of projects completed during the past three years, both for the government and private industry. The type of project, dollar value, contract number, location, and point of contact with phone number are to be included. Indicate if you were a prime or subcontractor, and if subcontractor, provide name and point of contract for the prime contractor. (4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. (5) a letter from your bonding company indicating your individual project bonding and aggregate bonding capability. In the event adequate Hubzone, Service disabled veteran owned or Small Business Concern contractors are not available for adequate completion/competition of this project, it will be issued as unrestricted without further advertisement (presolocitation synopsis posted to Fedbizops o/a 28 Jul 10. Information for consideration for setaside decision shall be provided in writing to USPFO FOR Michigan, ATTN: Bldg 30 Reserve Forces Center 3423 N Martin Luther King Bldg Room #219 Contracting Office, Lansing MI 48906. ATTN: #219 Contracting Office (Eva Lauchie). Email is the preferred method of contact for questions. eva.lauchie@us.army.mil. Response SHALL be received no later than Monday 2 Aug 10 1:00pm local time. Once a determination has been made the presolicitation synopsis will be modified to reflect the setaside decision. NO facsimile responses will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/MBMV079055/listing.html)
 
Place of Performance
Address: RFSC Building #30 USPFO for Michigan Contracing Office Rm #219 3423 N Martin Luther King Blvd Lansing MI
Zip Code: 48906
 
Record
SN02218748-W 20100729/100727235028-90cfd8c696b39218fc5ee368b60be706 (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.