Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOLICITATION NOTICE

Y -- Construct Adminsitrative Visitor Center Building at the Corn Creek Field Station, Desert National Wildlife Refuge

Notice Date
4/26/2011
 
Notice Type
Presolicitation
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
F11PS00544
 
Archive Date
4/25/2012
 
Point of Contact
Paul Griffin Contracting Officer 5032312391 Paul_Griffin@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The US Fish and Wildlife Service, Region 1/8-Pacific Southwest, is preparing to issue a solicitation (Request for Proposals-RFP) for construction of an approximately 12,000 square foot Administrative Visitor Center Building at the Corn Creek Field Station, Desert National Wildlife Refuge, near Las Vegas, Clark County, Nevada. The full solicitation package inclusive of solicitation forms, documents, drawings, and specifications required to submit an offer for this requirement are anticpated to be made available on or about May 26, 2011. SET-ASIDE: 100% Service Disabled Veteran-Owned Small Business (SDVOSB) PROEJCT MAGNITUDE: $5,000,000 to $10,000,000 (Five to Ten Million US Dollars) NAICS: 236220 Commercial and Institutional Building Construction SIZE STANDARD: $33.5M PROJECT LOCATIONUS Fish and Wildlife Service, Corn Creek Field Station, Desert National Wildlife Refuge, Las Vegas, Clark County, Nevada. The project site is located approximately 30 miles north of the city of Las Vegas, Nevada on Interstate 95 at 16001 Corn Creek Road, Las Vegas, Nevada 89124. PROJECT OVERVIEW:The project will entail the selected contractor providing all labor, management, permitting, fees, supplies, and materials, except for any specified Government furnished materials outlined within the specifications/drawings, to construct a new complete and functioning 12,000 square foot Administrative Visitor Center Building in turn-key operation for government occupancy at completion of the project. The building structure is concrete with metal joists and standing seam metal roof. Awarded contractor shall also provide all associated building systems including but not limited to electrical, mechanical, plumbing, fire suppression, ventilation, telephone, communications in accordance with the solicitation documents. The government anticipates acheiving Leadership in Energy and Environmental Design(LEED) Platinum for this facility upon project completion. SPECIAL NOTES:In accordance with Federal Acquisition Regulation (FAR) Subpart 19.1402: Status as a Service Disabled Veteran Owned Small Business Concern:(a) Status as a service-disabled veteran-owned small business concern is determined in accordance with 13 CFR Parts 125.8 through 125.13. (b) At the time that a service-disabled veteran-owned small business concern submits its offer, it must represent to the contracting officer that it is a- (1) Service-disabled veteran-owned small business concern; and (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the procurement. (c) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the representations in paragraph (b) of this section; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101; and (4) The joint venture meets the requirements of 13 CFR 125.15(b). Please note that the government will not be maintaining a pre-proposal bidders mailing list during the solicitation period for this requirement. However, plans-rooms, interested subcontractors, and vendors are strongly encouraged to review the "Interested Vendors List" tab found at www.fbo.gov near the center-middle portion of the screen where this announcement is posted. Please also note that solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available ONLY via the government point of entry(GPE) found at www.fbo.gov. Hard copy documents will NOT be supplied by the government to any interested parties. Vendors submitting offers for this requirement must be actively registered in the Central Contractor Registration (CCR) to participate; offers received from vendors that are not currently registered will be rejected. Website: http://www.ccr.gov. The CCR Help desk number is 888-227-2423. Vendors must have completed and have accurate and current on-line representations and certifications found at www.orca.bpn.gov to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00544/listing.html)
 
Place of Performance
Address: Las Vegas, Clark County, Nevada
Zip Code: 89124
 
Record
SN02432977-W 20110428/110426234041-5fca810a559a213e5e57a36499c164a3 (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.