Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

Y -- SINGLE SB SET-ASIDE WITH OPTIONS

Notice Date
6/28/2011
 
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-0006
 
Response Due
8/12/2011
 
Archive Date
10/11/2011
 
Point of Contact
sandra.miranda, 720-847-8678
 
E-Mail Address
USPFO for Colorado
(sandra.miranda@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Colorado, located at Buckley Air Force Base, Mail Stop 66, 660 S. Aspen Street, Bldg 1005, Aurora, CO 80011; email: ngco_contracts@ng.army.mil, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction to "Build a new Readiness Center in the North Colorado Springs, Colorado area. Project to be LEEDR Silver Certified, with the goal of LEED Gold. The services to be rendered:a new Readiness Center and all ancillary facilities located on federal land under control of the United States Air Force Academy. The complete construction of a new Readiness Center in North Colorado Springs, Colorado, Project Number 080201, includes an approximate 66,000 square foot primary facility that will contain an assembly hall, classroom, library, learning center, simulation center, kitchen, family support center, recruiting office, storage, ammunition vault, physical fitness area, controlled waste, break room, and restrooms. The facility is intended to support an Infantry Headquarters Company and one Infantry Rifle Company. Supporting facilities will include unheated storage, a maintenance training bay, military vehicle parking, access roads, POV parking, loading ramp and flammable materials storage. In addition to a base price for the work described above the solicitation includes Government Options for this project as follows: 1: WEST LOOP ACCESS DRIVE PAVING; 2: UPGRADE TO CONCRETE PAVING; 3: COVERED MILITARY VEHICLE PARKING STRUCTURES; 4: PHOTOVOLTAIC ARRAYS - Parking Structures; 5: PHOTOVOLTAIC ARRAYS - West Wing; 6: UNIT ERU-5A, Unit ERU-5A to be provided in lieu of ERU-5. ERU-5A shall be heating only and shall be factory piped without reversing valve for heating only application; 7: CREAM PASTE POLISH Provide cream paste polish at the Drill Hall concrete floor (Room 183) in lieu of the Base Bid concrete sealer; 8: MEMORIAL ENTRY SIDEWALK. 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: Controls Installer: Westover Corporation is the established supplier & installer of the Andover controls products. Items or installations during construction that are required Brand Name as meeting the Governments requirements from FAR 6.302-1 are as follows: 1Best Lock Cylinders: The National Guard has established a standard base lock core for all Facilities throughout Colorado. 2APC equipment racks and associated UPS and power distribution equipment for the service room. 3Controls Manufacture: Andover Controls Corporation has been established as the standard controls manufacture for all facilities throughout Colorado. The above items are required as the only source of products able to satisfy the Government's requirements. Magnitude of the project is between $10,000,000 and $25,000,000. Construction/contract completion time is anticipated to take approximately 540 calendar days after notice to proceed to include inspection and punch list. There are significant liquidated damages associated with this project. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $33.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (b)(3) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. The tentative date for issuing the solicitation is on or about 12 July 2011. The tentative date for the NON-MANDATORY pre-proposal conference is on-or-about 22 July 2011, 10:00 am MDT at Civil Engineering Conference Room, 8120 Edgerton Drive, Suite 40 USAF Academy, CO 80840-2400. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A NON-MANDATORY site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about 12 August 2011. 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 Technical, 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. 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). 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. (see page 65) Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. 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 FBO 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 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 at North Colorado Springs, Colorado.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-11-R-0006/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 66, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN02483790-W 20110630/110628234328-39a3cd854a4d0144712ed7b79e5e506c (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.