Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

Z -- BRAC - TO RENOVATE FACILITY FOR ENGINEERING INSTALLATION SQUADRON

Notice Date
12/3/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
147 FW/MSC, Bldg 1258, Ellington Field, 14657 Sneider Street, Houston, TX 77034-5586
 
ZIP Code
77034-5586
 
Solicitation Number
W912L111R0005
 
Response Due
2/8/2011
 
Archive Date
4/9/2011
 
Point of Contact
DEBRA L. McGOWAN, 281-929-2743
 
E-Mail Address
147 FW/MSC
(debra.mcgowan@ang.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Texas Air National Guard located at Ellington Field Joint Reserve Base, Houston, Texas and the USPFO for Texas intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services, non-personal, to provide all labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and completely renovate building 1359 Maintenance Shop (17,828 SF) to an Engineering Installation Squadron (EIS) facility. Existing building functional breakout is approximately 4,080 SF of administration space, 5127 SF of trailer storage, 1,960SF of assembly and checkout, 3,640 SF of cell storage, 1248 SF of misc storage and 900 SF of buildup area. Existing building is concrete slab on grade, concrete block at the administration area and 12 inch thick reinforced concrete wall construction. Existing ceiling is open web steel joint and concrete covered steel deck construction with built up roof. A sloped light gage metal framing with prefinished metal deck roof was installed over the existing roof in 2010. The renovation provides space for administrative, classroom, briefing room, vault storage, lockers, work control spaces, mechanical electrical, communication rooms, equipment storage and all other spaces necessary of a complete and usable facility. Renovation includes but is not necessarily limited to completely reconfiguring building's interior with new partitions, finishes, saw cutting through reinforced concrete walls, demolishing existing mechanical, electrical, plumbing and providing new, lighting, heating, ventilation, air conditioning, alarm and camera systems, security, electrical, public address, lighting, fire protection and suppression, and other elements necessary for a complete and usable facility. Provide all site improvements including but not necessarily limited to pavements, replacing sidewalk, parking, utilities and communications support. Project has a number of Options: 1.Chain link fence and gates 2.Movable partition in the Multi-Purpose / Classroom 3.Epoxy flooring in shop areas 4.Exterior Canopy Construction/contract completion time is anticipated to take approximate 180 days. Magnitude of the project is between $1,000,000 and $5,000,000. The type of contract is firm fixed-price. A single award is contemplated. Both price and past performance will be factors in the RFP contractor selection and are approximately equal. Failure to submit an offer on all items shall result in rejection of the proposal. 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 being procured as a Service Disabled Veteran-Owned Small Business concern Set-Aside in accordance with FAR 19.14. All responsible firms may submit an offer. The tentative date for issuing the solicitation is on-or-about 6 Jan 2011. The tentative date for the pre-proposal conference is on-or-about 20 Jan 2011, 1:00 p.m. local time at Civil Engineering, Bldg 1256, Ellington Field JRB, Houston, Texas. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation for clearance to the facility. All questions for the pre-proposal conference must be submitted using Proposal Inquiry Form (Exhibit F) by 19 Jan 2011 via e-mail (preferred) to debra.mcgowan@ang.af.mil or lawrence.petit.ctr@ang.af.mil or faxed to 281-929-2748. No requests for information will be accepted after 27 Jan 2011. Instructions for entering the base will be provided in the solicitation package. The solicitation closing date is scheduled for on-or-about 8 Feb 2011. 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 and they are approximately equal. 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. 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 will be available from the Army Single Face to Industry website https://acquisition.army.mil/asfi/. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Business Opportunities (FBO) website on-line at http://www.fbo.gov. No telephone requests will be accepted. For security reasons, all potential offerors, plan rooms and printing companies are required to register in the Central Contractor's Registration (CCR) and FBO in order to view or download the plans or drawings from the web site. This solicitation is not a sealed bid process 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 ASFI page at https://acquisition.army.mil/asfi/ 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 offeror's inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. All inquiries must be in writing, preferably 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 147 RW, Ellington Field Joint Reserve Base, Houston, Texas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-2/W912L111R0005/listing.html)
 
Place of Performance
Address: 147 FW/MSC Bldg 1258, Ellington Field, 14657 Sneider Street Houston TX
Zip Code: 77034-5586
 
Record
SN02338106-W 20101205/101203233953-284d2861af77042d5560d3bd53e9ea40 (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.