Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
MODIFICATION

Z -- TFI-cNAF Beddown - Upgrade Facilities - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1

Notice Date
12/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Illinois, Camp Lincoln, 1301 North MacArthur Boulevard, Springfield, IL 62702-2399
 
ZIP Code
62702-2399
 
Solicitation Number
W91SMC-11-R-0001
 
Response Due
1/10/2011 3:00:00 PM
 
Archive Date
3/11/2011
 
Point of Contact
Jason Robbins, Phone: 2177571251
 
E-Mail Address
jason.robbins@ang.af.mil
(jason.robbins@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
9- Interiors BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 8-Telecommunication BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 7-Electrical BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 6-Mechanical BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 5-Plumbing BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 4-Fire Protection BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 3 Architectural BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 2- Structural BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 1- Civil BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF 0-General BLDG 16 - Solicitation W91SMC-11-R-0001 Drawings for Building 16 in PDF Specification Section for TIF cNAF W91SMC-11-R-0001 in PDF SOLICITATION SF1442 TFI-cNAF, W91SMC-11-R-0001 in PDF Door Hardware 08-08 Addendum 001 TFI-cNAF W91SMC-11-R-0001 Addendum Cover Page TFI-cNAF W91SMC-11-R-0001 Addendum 001 9-Interiors BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 8-Telecommunications BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 7- Electrical BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 6- Mechanical BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 5- Plumbing BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 4-Fire Protection BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 2- Structural BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 3- Architectural BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 1-Civil BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF 0-General BLDG 35&36 - Solicitation W91SMC-11-R-0001 Drawings for Buildings 35&36 in PDF The USPFO for Illinois intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete TFI - cNAF Beddown Upgrade Facilities at Springfield Capital Airport for the 183rd Fighter Wing in Springfield, IL. The TFI-cNAF Beddown Upgrade Facilities work includes, but is not limited to, selective site and building demolition, remodeling, and new construction (asbestos abatement, excavation/grading, concrete foundations/slabs, structural steel, roofing, masonry, metal panel, windows & doors, flooring, ceiling, millwork, plumbing, HVAC, fire protection and electrical). The work includes phased construction for the renovation/remodeling of Buildings: P16 (20,500SF), P35 (16,400SF), and P36 (12,100SF); and the construction of a new addition between Buildings: P35 and P36 (12,500SF). Work includes a new SCIF and LEEDs silver certification. Project includes options: 1) Millwork/Lockers, 2) New Window Openings, 3) Paint Metal Panels, 4) Remove/Replace Roof, 5) Demo Munition Complex and 6) Systems Furniture. Unit prices for: 1) Remove Lead Based Paint, 2) Remove Asbestos, 3) Remove Roof Deck Material and 4) Demountable Movable Partitions w/Doof. Sole Source/Name Brand requirements: 1) HVAC controls - Alpha Controls, 2) Keyed Door Locks - Best Lock Systems and 3) IDS Security System - Advantor. Magnitude of the project is between $10,000,000.00 and $25,000,000.00. Construction/contract completion time is anticipated to take approximately 540 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 being procured on a full (100%) Small Business set aside. The tentative date for issuing the solicitation is on-or about 13 December 2010. The tentative date for the pre-proposal conference is on-or-about 27 and 28 December 2010, at 10:00 a.m. and 2:00 p.m. respectively local time at the 183 rd FW Air 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 at least five working days before the due date via e-mail (preferred) to jason.robbins4@us.army.mil or fax to (217)761-3908. The solicitation closing date is scheduled for on-or-about 10 JAN 11. 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 will be available from the Federal Business Opportunities web site (http://www.fbo.gov). 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 into 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 FedBizz Opps page http://www.fbo.gov 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 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 183 rd FW, Illinois Air National Guard, Springfield, IL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11/W91SMC-11-R-0001/listing.html)
 
Place of Performance
Address: 183rd Fighter Wing, Springfield, Illinois, 62707, United States
Zip Code: 62707
 
Record
SN02340226-W 20101210/101208233821-489dfb40befcaa3a2671b1de4f76d464 (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.