Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
MODIFICATION

Y -- Amendment of Key Dates

Notice Date
4/26/2012
 
Notice Type
Modification/Amendment
 
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-12-R-0003
 
Response Due
6/8/2012
 
Archive Date
8/7/2012
 
Point of Contact
Jesse Searles, 720-847-8678
 
E-Mail Address
USPFO for Colorado
(jesse.searles1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W912LC-12-R-0003 Synopsis Amendment #1 (Key Date Changes) Date issued: 26 April 2012 The following dates have been amended: 1.) The tentative date for the release of the solicitation has changed from on-or-about 2 May 2012 to on-or-about 4 May 2012. 2.) The tentative date for the pre-proposal conference has been changed from on-or-about 16 May 2012 to on-or-about 17 May 2012. 3.) The deadline for pre-proposal "conference" questions has been removed and replaced with a deadline for pre-proposal questions. The tentative due date for pre-proposal questions is on-or-about 31 May 2012. The Government will strive to answer questions as soon as possible. All questions and answers will be posted on FBO periodically on an as needed basis. 4.) The tentative due date for proposals has changed from on-or-about 7 June 2012 to on-or-about 8 June 2012. The information listed above has been incorporated into the synopsis below. The rest of the information released in the original synopsis remains unchanged: The USPFO for Colorado, located at Buckley Air Force Base, Aurora, Colorado, intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for Construction of a new Training Center Complex (TCC) of off Solicitation No. W912LC-12-R-0003. The effort requires prospective contractors to provide all plant, labor, transportation, materials, equipment and appliances necessary to construct the TCC, located in Fort Carson, Colorado; Project Number 080093. Scope of the project includes a 149,343 square foot administrative and dormitory facility (up to 175,607 square feet if all bid options are exercised) that will include administration, supply, medical exam, and 148 billet (lodging) rooms (up to 192 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, 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 2009), with certification thru the USGBC to be pursued contingent on availability of funds after award. In addition to the base price for the work described above the solicitation includes the following Government Options: 1.) Billet Extension #1, 2.) Billet Extension #2, 3.) DPW Building, 4.) POV Parking Final Asphalt Lift, 5.) Landscaping Reduction, 6.) AT/FP Security Fence, 7.) Base Scope Direct Digital Control (DDC), 8.) DDC for Billet Extension #1, 9.) DDC for Billet Extension #2, 10.) Additional Excavation (excluding bedrock), and 11.) Bedrock Excavation. In addition to the base price and options listed above, the Government intends to collect unit pricing for 1.) Additional Excavation (excluding bedrock), and 2.) Bedrock Excavation. Additional information for the Government Options and Unit Priced CLINS is provided below: The Government reserves the right to exercise these Optional Line Items according to the terms of the Solicitation. Option 1: Construct a complete, finished, four-story Barracks Building extension, including new building square footage of approximately 13,048 total gross square feet. Option 2: Construct a complete, finished, four-story Barracks Building extension including new building square footage of approximately 7,112 total gross square feet. Option 3: Construct a complete, finished, facility engineering and maintenance building. Option 4: Provide the 2-inch-thick CDOT Grade 'SX' Asphalt Pavement Surface Coarse on the POV Parking Lot. Option 5: Install / establish only 50% of the permanent landscape planting per the trees and shrubs indicated on the contract document landscape plan. Option 6: Construct AT/FP 6 security perimeter fence (six feet high with 1 foot high outrigger) as indicated. Option 7: Provide a complete Direct Digital Control (DDC) for the occupancy and packaged heat pump control of the billeting rooms provided under the Base Bid. Option 7a: If OLI # 1 and OLI # 7 are accepted by the Government, provide a complete Direct Digital Control (DDC) for the occupancy and packaged heat pump control of the billeting rooms provided under the OLI # 1. Option 7b: If OLI # 2 and OLI # 7 are accepted by the Government, provide a complete Direct Digital Control (DDC) for the occupancy and packaged heat pump control of the billeting rooms provided under the OLI # 2. Unit Pricing for 1 Cubic Yard of Additional Excavation (excluding bedrock): Authorized additional excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Contracting Officer to correct unsatisfactory conditions, including replacement materials. Additional information will be available when the solicitation is issued. Unit Pricing for 1 Cubic Yard of Bedrock Excavation: Removal of Bedrock. Additional information will be available when the solicitation is issued. 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 anticipated to take 730 days after receipt of Notice to Proceed (NTP) to include inspection and a punch list. There are liquidated damages associated with this project. The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. This acquisition 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) (4) LIMITATIONS ON SUBCONTRACTING which applies to this project and 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". 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 tentative date for issuing the solicitation is on/about 4 May 2012. The tentative date for the pre-proposal conference is on-or-about 17 May 2012, 9:00 a.m. local time at Fort Carson, Colorado. Interested contractors are highly 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. The solicitation closing date is scheduled for on-or-about 8 June 2012. The tentative date for all pre-proposal questions will be on-or-about 31 May 2012 and are required to be sent via e-mail to jesse.searles1@us.army.mil or nicole.jensen@us.army.mil. Actual dates and times will be identified in the solicitation. The Government will strive to reply to all questions as quickly as possible. Please ensure that all of your questions are sent to both POCs. Questions and Answers will be posted on FBO periodically on an as needed basis throughout the solicitation process. 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). 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 the 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. Local controls contractor, Westover Corporation, is the only acceptable installer of the Andover Continuum product line. Items or installations during construction that are required from ONLY ONE BRAND as meeting the Governments requirements from FAR 6.302-1 are as follows. 1. Best locks and lock cylinders. 2. The control system is required to be Andover Continuum product line 3. APC equipment racks and associated UPS, and power distribution equipment for the server room. The above items are required as the only source or products able to satisfy the Government's requirements. 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. Contracting Office Address: USPFO for Colorado, ATTN: Mail Stop 66, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511 Place of Performance: South of MATES (Building 9100), Fort Carson, Colorado. Point of Contact(s): Mr. Jesse Searles, jesse.searles1@us.army.mil, 720 847 8678 CPT Nicole Jensen, nicole.jensen@us.army.mil, 720-847-8678
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-12-R-0003/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
SN02732302-W 20120428/120426235739-14c2a564759ed04682e1cd97fa1c5b45 (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.