Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

Y -- Services, non-personal to provide all plant, labor, transportation, materials, equipment and appliances necessary to construct the Regional Training Institute (RTI), located in Fort Carson, Colorado; Project Number 080067.

Notice Date
5/4/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-11-R-0008
 
Response Due
6/20/2011
 
Archive Date
8/19/2011
 
Point of Contact
daniel.j.pagone, 720 847 8679
 
E-Mail Address
USPFO for Colorado
(daniel.j.pagone@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Colorado Army National Guard located at USPFO for Colorado, ATTN: Mail Stop 66, 660 South Aspen St., Build. 1005, Aurora, CO 80011-9511, intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services for Construction of Real Property Solicitation No. W912LC-11-R-0008 Services, non-personal to provide all plant, labor, transportation, materials, equipment and appliances necessary to construct the Regional Training Institute (RTI), located in Fort Carson, Colorado; Project Number 080067. Scope of the project includes a 128,391 square foot training and dormitory facility (up to 165,195 square feet if all bid options are exercised) that will include administration, training classrooms, auditorium, dining facility, fitness facility, library and distance learning classrooms, and 130 billet (lodging) rooms (up to 242 rooms if all bid options are exercised). Exterior facades of the facility will be a combination of masonry, glazing, concrete and metal panel systems. Interior finishes consist of gypsum over metal studs, painted masonry or vinyl wall coverings. Site improvements include grading, utility services to the facility, control gates, a privately owned vehicle parking lot, access roads, concrete aprons, and miscellaneous landscaping. The project will be constructed to the minimum standard of LEED-NC Silver (version 2.2), with certification thru the USGBC to be pursued later through the LEED-EBOM process (version 2009). In accordance with Defense Supplement to the Federal Acquisition Regulation (DFARS) 236.204, the magnitude of the project is in the range of $25,000,000.00 to $100,000,000.00. The total construction performance period is 730 days after receipt of Notice to Proceed (NTP). The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. The small business size standard is $33.5 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. 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, Technical Capability and Price. The Government intends to award without discussions. The Initial RFP Solicitation issue date is on/about 19 May 2011. There will be a mandatory Initial Pre-Proposal Conference on/about 2 June 2011, with the Initial RFP Proposal submission deadline on/about 20 June 2011. 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 by 25 May 2011 via e-mail to daniel.j.pagone@us.army.mil or mark.schoenrock@us.army.mil. The solicitation closing date is scheduled for on-or-about 20 June 2011. Actual dates and times will be identified in the solicitation. 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 to include the plans and specifications will be available at FedBizOpps. 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. (Please note the registration for access to the secure site takes approximately 5 business days. PLAN ACCORDINGLY) 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 specifications 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 FedBizOpps page 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 offerors 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 FedBizOpps website. Items or installations during construction that are required from ONLY ONE SOURCE as meeting the Governments requirements from FAR 6.302-1 are as follows. 1. APC equipment racks and associated UPS, and power distribution equipment for the server room. 2. The control system is required to be provided by Schneider Electric (formerly TAC) and the control system must be Andover Continuum product line. 3. Local controls contractor, Westover Corporation, is the only acceptable installer of the Andover Continuum product line. The above items are required as the only source or products able to satisfy the Government's requirements. The Government reserves the right to exercise these Optional Line Items according to the terms of the Solicitation. Option 1: Provide 4 stories of billeting rooms in Area 1. 12 rooms per floor for a total of 48 billeting rooms. Option 2: Provide 4 stories of billeting rooms in Area 2. 8 rooms per floor for a total of 32 billeting rooms. Option 3: Provide 4 stories of billeting rooms in Area 4. 8 rooms per floor for a total of 32 billeting rooms. Option 4: Provide a complete and fully functional Guard House with associated site components. Option 5: Provide a complete Direct Digital Control (DDC) for the billeting rooms provided under the Base Line Item. Option 5a: If OLI 1 and OLI 5 are accepted by the Government, provide a complete Direct Digital Control (DDC) for the billeting rooms provided under the OLI 1. Option 5b: If OLI 2 and OLI 5 are accepted by the Government, provide a complete Direct Digital Control (DDC) for the billeting rooms provided under the OLI 2. Option 5c: If OLI 3 and OLI 5 are accepted by the Government, provide a complete Direct Digital Control (DDC) for the billeting rooms provided under the OLI 3. Option 6: Provide a 600kW/750kVA Prime Rated engine-generator set and associated accessories in lieu of the 500kW/650KvA Standby Rated engine generator set. Deduct load-shedding devices provided under the Base Line Item Funds are not presently available for this requirement. The Government's obligation under this synopsis is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for the resulting contract. Place of performance is Fort Carson, Colorado.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-11-R-0008/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN02439420-W 20110506/110504234548-6324b3940af15c8776c3faaa00d5b35f (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.