Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
MODIFICATION

Y -- Joint Force Headquarters Phase II

Notice Date
3/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-11-R-0001
 
Response Due
10/26/2010
 
Archive Date
12/25/2010
 
Point of Contact
Melissa S Larson, Phone: 5082337498, WO1 Erika Reinikainen, Phone: 5082336669
 
E-Mail Address
melissa.s.larson@us.army.mil, erika.reinikainen@us.army.mil
(melissa.s.larson@us.army.mil, erika.reinikainen@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
TITLE: PROJECT # 250136 Joint Force Headquarters Phase II, Hanscom Air Force Base, Massachusetts. The solicitation will be available from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. The plans and specifications will also be available from the FedBizOpps website. No paper copies will be issued. Interested contractors are REQUIRED to register on the FedBizOpps website to access/download the plans and specifications. Registration information is available on the FedBizOpps homepage. DESCRIPTION OF WORK: The Contractor will provide all labor, materials, equipment, and supervision necessary to perform all work required to construct a new Joint Force Headquarters (JFHQ) Building, Phase II, for the Massachusetts National Guard in strict accordance with the detailed requirements of the technical provisions. The project proposes the new construction of a specially designed JFHQ II multi-story building of permanent masonry type construction with appropriate paved circulation areas. Phase II would contains approximately 79,520 square feet (sf). The proposed construction consists of reinforced concrete foundation and floor slab with steel framed masonry walls and a metal paneled roof system with integrated gutters. The buildings structural components are designed to resist the effects of earthquake motions. Interior partitions, utility systems, plumbing, access flooring or other cabling system, auxiliary power, fire detection and suppression, security access and surveillance, intrusion detection system, voice, data CATV cabling systems and all ceiling, floor and wall coatings and finishes. HVAC system which will be (3) 2,000MBH gas fired boilers, two (2) 140 Ton electric air cooled chillers and air handlers with multiple zones with VAV boxes and wall mounted thermostats and CO2 sensors. The mechanical system is designed for optimized energy performance of 16%. There will be a building management system. The project will involve site improvements including roadways, parking lots, pedestrian walkways, and landscaped area and exterior site lighting. Site development will consist of the building, garage bay area, parking, utilities including electrical and communications conduit, walkways and landscaping. Connect to existing water, sewer, electric and gas. Storm water runoff shall be collected and shall either be recharged or managed in an on-site detention basin. The project would be designed to secure a Leadership in Energy and Environmental Design (LEED) Silver rating, at a minimum, from the US Green Building Council (USGBC). The subsequent award will be a Firm-Fixed-Price contract with a contract completion time of four hundred and twenty-six (426) calendar days from receipt of notice to proceed. All work to be done IAW applicable specifications and plans. Specifications and plans shall be issued when the Request for Proposal (RFP) is issued (see above for websites for the location of documents). The estimated project magnitude is between $20 million to $25 million. This project will be solicited as a Total Small Business Set Aside. Price evaluation preference for HUBZone Small Business Concerns (See FAR 19.1307) is NOT applicable. Funds are presently not available for this project. The applicable North American Industry Classification Code (NAICS) for this solicitation is 236220. THE ANTICIPATED REQUEST FOR PROPOSAL SOLICITATION POSTING DATE IS MONDAY 28 MARCH 2011. All responsive offers from responsible offerors will be considered. Interested contractors must be registered with Central Contractor Registration (CCR). CCR registration information can be accessed on-line at http://www.ccr.gov/. Interested contractors are required to post their representations and certifications on-line at http://orca.bpn.gov. Date and information for Pre-Proposal Conference/Site Visit will be posted within the RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-11-R-0001/listing.html)
 
Place of Performance
Address: Massachusetts, United States
 
Record
SN02409866-W 20110327/110325234848-bd08402dac447d5a2673d234d280694a (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.