Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

Y -- Construction of Ft. McClellan Army National Guard Readiness Center, Phase II in Anniston, Alabama.

Notice Date
2/8/2012
 
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-0001
 
Response Due
3/26/2012
 
Archive Date
5/25/2012
 
Point of Contact
William C. Kast, 334-271-7333
 
E-Mail Address
USPFO for Alabama
(william.c.kast@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Alabama Army National Guard located in Anniston, 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 construct and complete the Ft. McClellan Army National Guard Readiness Center, Phase II in Anniston, Alabama. Project includes, but not limited to, demolition of existing pavement, curb, gravel areas, and utilities as indicated in drawings. Work included in this contract comprises that selective site demolition, site utilities demolition, general construction of additions to the existing two story building, build out of (3) classroom spaces in the existing Readiness Center and construction of a Maintenance Training Facility for Ft. McClellan Army National Guard Readiness Center, along with associated site work. This project includes a specially designed readiness center of permanent masonry type construction, brick and concrete block units with concrete floors, and a built-up or single membrane roof; a two story structure with mechanical and electrical equipment; outside supporting facilities include military and privately-owned vehicle parking, fencing, sidewalks, exterior fire protection, outside lighting, access roads, detached facility sign, wash platform, and flagpole. Physical security measures will be incorporated into design including maximum feasible standoff distance from roads, parking areas, and vehicle unloading areas, berms, heavy landscaping, and bollards to prevent access when standoff distance cannot be maintained. Cost effective energy conserving features are incorporated in the project, including energy management control systems and high efficiency motors, lighting, and HVAC systems. Air conditioning: 300 tons. Total square footage is 88,229. Optional work (priced separately from base proposal) may include a photovoltaic system, landscaping, concrete stain and sealer, decorative metal security fencing, and extended warranty items. 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. Other Regulatory agencies: 1. Alabama State Fire Marshall. 2. City of Anniston - all applicable departments. 3. Department of Justice. 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 $10,000,000 and $25,000,000. Construction/contract completion time is anticipated to take approximately 24 months after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236210. This action is being procured on an UNRESTRICTED basis. Small Business Subcontracting Plan will be required with proposal. The tentative date for issuing the solicitation is on-or about 24 FEBRUARY 2012. The tentative date for the pre-bid conference is on-or-about 6 MARCH 2012, 10:00 a.m. local time ON SITE. 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 from the pre-bid conference must be submitted within 5 days of the proposal due date via e-mail to int-p&cal@ng.army.mil. The solicitation closing date is scheduled for on-or- about date 26 MARCH 2012. 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 Ft. McClellan Army National Guard Training Center, Anniston, Alabama.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-11-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Alabama P.O. Box 3715, Montgomery AL
Zip Code: 36109-0715
 
Record
SN02670189-W 20120210/120208234638-fd27f512dc0f4e547dde3b26213592f5 (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.