Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

Y -- Construction of Fuel Cell and Corrosion Control Facility

Notice Date
4/19/2011
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USPFO for Alabama, P.O. Box 3715, Montgomery, AL 36109-0715
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA-11-R-0003
 
Response Due
6/10/2011
 
Archive Date
8/9/2011
 
Point of Contact
Ronald Danford, 334 271-7358
 
E-Mail Address
USPFO for Alabama
(ronald.danford@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Alabama Air National Guard located in Montgomery Alabama and the USPFO for Alabama intend 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, facilities, tools, equipment, appliances and supervision necessary to perform and complete the Fuel Cell and Corrosion Control Facility at 187th Fighter Wing, Montgomery Regional Airport, Montgomery, Alabama. Project includes but not limited to mechanical and electrical, site work to include parking areas and lighting, exercise areas, snack area, and office areas. The construction of the one and a half story building is a total of approximately 19,600 square feet. The building has a structural steel frame with a slab on grade at first level, concrete composite deck at second floor, and metal roof deck with rigid insulation, raised seam metal roofing. Exterior walls include (1) face brick veneer on 8" CMU with rigid insulation (2) face brick veneer on sheathing on metal stud framing with closed cell spray foam insulation and gypsum board or metal wall panel interior finish and (3) exterior metal wall panels one sheathing on metal stud framing with closed cell spray foam insulation and gypsum board or metal wall panel interior finish. The interior walls are gypsum board on metal studs with sound attenuation batts and exposed concrete masonry unit walls. The interior finishes are standard office finishes in the administrative areas and exposed CMU and metal wall panels in the hangar areas. The building is designed to be a Type II-B sprinkled building as denoted in 2003 International Building Code. Requirement includes associated site work related to the new Fuel Cell Facility as well as the demolition of building 1335 and 1301. Contractor to remove existing utilities associated with the demolition of buildings 1301 and 1335. The following regulations are applicable to this project (including but not limited to the following): 1. All applicable national, state, and local codes. 2. The American Disabilities Act. 3. OSHA. 4. International Building Code (IBC) 2006 Edition 5. United Facilities Code (UFC) 6. All Applicable portions of the US Code of Federal Regulations, 7. Air National Guard ANG ETL 01-1-1 - Air National Guard Design Policy and all applicable technical letters. Other Regulatory agencies: 1. Alabama State Fire Marshall. 2. City of Montgomery - all applicable departments. 3. Dannelly Airfield Fire Department. 4. Department of Justice 5. United States Air National Guard. This project is intended to be LEED Silver in accordance with LEED Version 2.2. The technical specifications have been written to incorporate specific product requirements of the attempted LEED credits. However, the contractor shall be familiar with the LEED certification process/ documentation and incorporate any administrative costs required for successful documentation of LEED certification into their bid price. Magnitude of the project is between $5,000,000 and $10,000,000. Construction/contract completion time is anticipated to take approximately 19 months after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236210. The small business size standard is $33.5 million average annual revenue for the previous three years. This action is being procured on a Small Business Set Aside basis in accordance with the Small Business Competitiveness Demonstration Program (Ref: FAR 19.10). The tentative date for issuing the solicitation is on-or about 11 MAY 2011. The tentative date for the pre-bid conference is on-or-about 24 May 2011, 10:00 a.m. local time at the 187th Fighter Wing Base Civil Engineer Office. 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-bid conference. All questions for the pre-bid conference must be submitted by 18 May 2011 via e-mail to int-p&cal@ng.army.mil. The solicitation closing date is scheduled for on-or- about date 10 June 2011 Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Past performance and Price. 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 including the plans and specifications will be available only from the Federal Business Opportunities (FEDBIZOPS) website https://www.fbo.gov/. FEDBIZOPS is a web based dissemination tool designed to safeguard acquisition related information for all Federal agencies. Interested offers must register with FEDBIZOPS before accessing the system. FEDBIZOPS 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) Email Address. Registration instructions can be found on FEDBIZOPS website at https://www.fbo.gov/downloads /FBO_ Vender _Guide.pdf. Reference paragraph 4.4 of the Vender Guide for instructions to retrieve the specifications and drawings for this project. Amendments, if/when issued will be posted to https://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. The official plans and specification will be located on the official government web page and the Government is not liable for information furnished by any other source. Place of performance is 187th Fighter Wing, Montgomery Regional Airport, Montgomery, Alabama.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-11-R-0003/listing.html)
 
Place of Performance
Address: USPFO for Alabama P.O. Box 3715, Montgomery AL
Zip Code: 36109-0715
 
Record
SN02428112-W 20110421/110419234917-81f216e1c69202120d771af4122930b2 (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.