Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

Z -- ADAL Security Forces Facility, Bldg P-25, DCFT 082025

Notice Date
1/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 183 FW/LGC, CAPITOL AIRPORT, 3101 J. DAVID JONES PARKWAY, SPRINGFIELD, Illinois, 62707-5001
 
ZIP Code
62707-5001
 
Solicitation Number
W91SMC-12-R-183-0004
 
Point of Contact
Brent D. Keller, Phone: 2177571251
 
E-Mail Address
brent.keller@ang.af.mil
(brent.keller@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 183d FW, Illinois Air National Guard intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for construction to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the alterations and addition to Security Forces Squadron Facility, Building P-25 located at the 183rd FW, 3101 J. David Jones Parkway, Springfield IL 62707. The Security Forces facility work includes selective demolition, alteration and renovation of selected 1st and 2nd floor existing spaces ( 15,594 SF), and a two-story 83'x60' on grade building addition (1200 SF). Contractor to Provide required utilities, HVAC, pavements, and site improvements, fire protection and communication support. The project shall comply with ANG Sustainable Design Policy. The project is classified as vertical construction for the purpose of compliance with ANG policy. The project shall obtain USGBC LEED Silver Certified recognition. The project shall comply with Energy Policy Act of 2005 (EPAct 05). The project shall comply with Intelligence Community Policy Guidance number 705.2. The project shall comply with Unified Facility Criteria 4-010-01 DoD Minimum Anti Terrorism Standards for Buildings (22 JAN 2007). Magnitude of Construction in accordance with Federal Acquisition Regulation 36.204 is between $1,000,000.00 and $5,000,000.00. Construction/contract completion time is anticipated to take approximately 365 days after notice to proceed to include inspection and punch list. 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. This is a total small business set-aside for current Illinois Multiple Award Task Order Contractors (MATOC). The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance and Price Evaluation. Prospective MATOC (Multiple Award Task Order Contract) Contractors may submit written past performance narratives that will be reviewed as well as past performance for work previously performed under current MATOC contract W91SMC-09-D-0001 thru 0013. Price proposal for the project must be submitted and will be evaluated for price reasonableness. It is anticipated that the solicitation will be available 03 February 2012. A Pre-proposal conference and site visit is scheduled 15 February 2012 @ 1000hrs. CST and 21 February 2012 @ 1300hrs. CST. Site visit location: Buildings P-48 Auditorium 3101 J. David Jones Parkway, Springfield, IL 62707. Details for registering for the conference will be posted at a later date. Interested Illinois MATOC Contractors are encouraged to attend and should register in accordance with the requirements to be provided in the RFP (Request for Proposal), prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about 20 March 2012. Actual dates and times will be identified in the RFP. All information, amendments, plans specifications and questions concerning this RFP will be electronically posted at the Federal Business Opportunity (FedBizOps) website on-line at https://www.fbo.gov. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractor's Registration (CCR) and the Federal Business Opportunity (FedBizOps) in order to view or download the plans or drawings from the web site. This RFP is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the RFP. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to MSgt Brent Keller, brent.keller@ang.af.mil. 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 FedBizOps website on-line at 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 offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. NOTE: (1) This opportunity will only be available for current Illinois MATOC Contractors. The current Illinois MATOC Contractors are as follows: Charpie - Korte JV, 6617 N. Avondale Avenue, Chicago IL 60631, Scott Alliance, Inc., a Joint Venture, 4700 N. Ravenswood Ave., Buite B, Chicago, IL 60640, Reliable Contracting Group, LLC 13035 Middletown Industrial Blvd, Louisville, KY 40223, JEI/ MALONE Joint Venture, 2107 Green Bay Rd, North Chicago, IL 60064, DWG & Associates, Inc., 2964 Gulf to Bay Blvd., Ste 210, Clearwater, FL 33759-4255, Hammer LGC, Inc. 8118 Bunkum Road, Caseyville, IL 62232, R. L. Alvarez Construction LLC 808 Kraft St, Suite C Clarksville, TN 37040, MKB Construction Co. 10 Harvey Lane Fairview Heights, IL 62208, Old Veteran Construction, Inc. 10942 S. Halsted St. Chicago IL 60628, J & B Builders, Inc. 2000 W. Main St. Unit H, St. Charles IL 60174, and Limbaugh Construction Co., Inc.4186 Highway 162, Granite City IL 62040. Offors submitted by contractors not in the list above will not be considered. (2) Funds are not presently available for this opportunity. No legal liability on the part of the Government for any payment may arise for performance until funds are made available to the Contracting Officer for performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-3/W91SMC-12-R-183-0004/listing.html)
 
Place of Performance
Address: the 183rd FW, Illinois Air National Guard 3101 J. David Jones Parkway, Springfield, Illinois, 62704, United States
Zip Code: 62704
 
Record
SN02664360-W 20120202/120131234521-bef207ed7a7fccb38b5bbddf0fef8a48 (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.