Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
MODIFICATION

Y -- Construct a TFI-cNAF Beddown-Upgrade Facilities at Otis Air National Guard Base, Massachusetts

Notice Date
4/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-13-R-0004
 
Response Due
7/30/2013
 
Archive Date
6/10/2013
 
Point of Contact
Marilyn R Hill, 586-239-5485
 
E-Mail Address
USPFO for Massachusetts
(marilyn.r.hill1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The USPFO for Massachusetts intends 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, tools, equipment, appliances and supervision necessary to perform and complete the TFI-cNAF Beddown-Upgrade Facilities at Otis Air National Guard Base, Massachusetts. The contracted work will be as follows: Renovate approximately 10,000 SF of Building 162, 23,000 SF of Building 165 and construct an approximate 2,000 SF addition to Building 165. Extensively renovated in 1989, Building 162 is a 27,151 SF slab on grade, steel frame, CMU cavity wall building with a ballasted EPDM roof. Building 165, built in1989 is a 22,738 SF slab on grade, steel frame, CMU cavity wall, brick veneered building with a single membrane EPDM roof. The scope of work within Building 162 shall include the replacement of HVAC equipment serving one-half of the facility, upgrade of electrical distribution, new lighting, ABA compliance retrofits and the construction of a new secure storage area. Only one-half of Building 162 is impacted by this project. Building 165 shall be extensively renovated under the scope of this contract. All existing HVAC systems shall be removed and replaced with new. Plumbing systems shall be modified to support lavatory ABA compliance. A new standing seam metal roof shall replace existing. Interior wall partitions shall be removed and a new floor plan established. Electrical distribution, emergency power and lighting shall be upgraded along with a new electrical service for the facility. Approximately 10,000 SF of ICD 705compliant space shall be constructed within the building along with 2,000 SF of secure area new construction. Site work shall include the installation of new utilities and the establishment of new parking areas within existing paved footprints. The renovation of Building 165 has been designed for LEED Silver accreditation. In addition to the base work stated above, the solicitation includes Government options for this project: 1) Mill and pave parking area, Bldg 165; 2) Chair rail and wainscot, Bldg 165; 3) Tile in lieu of carpet, bldg. 165; 4) Latrine renovations, bldg. 162; and 5) a new roof, bldg. 162. There are two sole source systems that will be included in the solicitation under the requirements of FAR 6.302-1: 1) Honeywell Vindicator Intrusion Detection System components that will be tied to an existing Vindicator Command Control -V5(VCC-V5). The new requirements include a Vindicator IDS Panel, Closed Circuit TV control Station and Monitor, Request to Exit Devices, Digital Video Recorders, Card Readers, Tamper Switches, and Electric Locks. 2) Reliable Controls Building Automation System that includes control valves, actuators, damper motors, unitary controllers, field device controllers, network automation controllers, data servers and software. The magnitude of this project is between $5,000,000 and $10,000,000. NAICS code 236220 applies to this project. The size standard for this NAICS is $33.5M for the past three years. This project is being advertised as a 100% Small Business Set Aside. Your attention is directed to FAR Clause 52.219-14(b)(3) which states quote mark The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees quote mark. The tentative date for issuing the solicitation is on or about 29 Apr 2013. A pre-proposal conference will be conducted on or about 8 May 2013 at 0900 hours for the purposes of briefing on the proposal requirements and answering questions regarding this solicitation. This conference will be held at 102nd Civil Engineering Squadron Office, Building 971, South Outer Road, Otis ANGB, MA. Interested Contractors are highly encouraged to attend the pre-proposal conference. The site visit will be held following the conference. 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 Technical, Past Performance and Price. The Government intends to award without discussions. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.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) Email 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 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for dat. 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 Otis Air National Guard Base, Massachusetts. POC's for this requirement are Jeffrey.Braun.ctr@ang.af.mil and Marilyn.Hill@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-13-R-0004/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN03034427-W 20130413/130411235146-1c84950183f414f2a5015f7cea80f20b (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.