Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

Y -- REPAIR BUILDING 909 BUCKLEY AFB, COLORADO - Q&A's dated 15 Jul 2016

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 111 South George Mason Drive, Building 2, 4th Floor, Arlington, Virginia, 22204-1382, United States
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L-16-R-0043
 
Response Due
7/19/2016 2:00:00 PM
 
Point of Contact
Sandra M. Kenzie, Phone: 5862395375
 
E-Mail Address
sandra.m.kenzie.civ@mail.mil
(sandra.m.kenzie.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers as of 15 Jul 2016. National Guard Bureau Operational Contracting Division (NGB-AQ) has issued a Request for Proposal (RFP) to award a single firm-fixed-price contract for the construction of "Repair Building 909" located at Buckley Air Force Base, Colorado; Project No. CRWU 06-2003. The magnitude of this project is between $10,000,000.00 and $25,000,000.00. Project square footage is estimated at 63,819 SF. Project scope includes but is not limited to: abate interior asbestos, repair/replace hangar doors; repair interiors to include all items except functioning structural elements; create code compliant egress for 1st & 2nd floors; reconfigure space for planned functional use, repair HVAC, domestic and non-potable water system, upgrade fire suppression to HEF (High Expansion Foam) and repair existing deluge system; update alarm systems and add mass notification throughout the facility, repair electrical system; replace exterior doors and windows, repair site and pavements; remove emergency generator and automatic transfer switch; make upgrades to the facility for energy efficiency and certification of the building for LEED Silver; adding HVAC to some areas that are currently unconditioned and providing additional security fencing. Construction/contract completion time is 320 days after notice to proceed to include inspection and punch list. In addition to the base price for the work described above, the RFP includes several options as outlined on the detailed bid schedule. Options include Space Finishes; Thin Film Photovoltaic System; Energy Recovery Units; Solar Hot Water System; Communications System; Install Electronic Countermeasure POD Shop Low Profile Crane; and Temporary Trailer Facilities. The following four (4) sole-source brand name only requirements are included in the RFP: 1) AES-Fire Alarm Transmitter/Interface Panels; 2) Best Lock Cores; 3) Setpoint/Delta Direct Digital Controls; and 4) Ansul Jet-X High Expansion Foam Generators/Concentrate. The procurement is being solicited as a 100% Small Business set aside. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $36.5 million average annual revenue for the previous three years. FAR Clause 52.219-14(c)(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 General construction, 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 date for the pre-proposal conference is 6 July 2016, 9:00 AM local time for Aurora, Colordo at the 140th Civil Engineering Squadron, 18848 E. Crested Butte Ave, Bldg. 830 Buckley AFB, Aurora, CO 80011-9589. Interested parties are encouraged to attend and shall follow the pre-proposal conference registration and base access requirements shown in the RFP. A site visit will follow the pre-proposal conference. All inquiries must be in writing, via email to the addresses shown below. All answers will be provided in writing via posting to the web. Do NOT contact the A-E or Engineering personnel directly. Doing so will only delay the response to your question. Required Subject Line: Solicitation No. W9133l-16-R-0043, Repair Building 909, Project No. CRWU 06-2003 Email: sandra.m.kenzie.civ@mail.mil and usaf.mi.127-wg.mbx.ngbzcparc@mail.mil. 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) DUNS Number OR you will be prompted to input your company's information such as legal name, address, telephone number, and 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 14 business days. Reference paragraph 4.7 of the Vendor Guide (available on web page) 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. Offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not an invitation for bid and there will not be a formal public bid opening. 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 Capability, Present/Past Performance, and Price. The Government intends to award without discussions. Interested offerors must be registered in System for Award Management (SAM). Sealed offers in original and 3 copies are due to the following office: USPFO Colorado, Purchasing and Contracting, ATTN: Sandra M. Kenzie, 660 S. Aspen Street, Bldg 1005, Room 250, MS66 Buckley Air Force Base, Aurora, CO 80011 by 2:00 PM (local time for Aurora, CO) on 28 Jul 2016. Mark the front of the envelope/box with the following: "PROPOSAL No. W9133L-16-R-0043, DO NOT OPEN--- Competitive Acquisition". DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. 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 offeror's 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 or CD/DVDs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-0043/listing.html)
 
Place of Performance
Address: Buckley Air Force Base, Aurora, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN04184913-W 20160717/160715234856-d6b92a3c5c66c7644f1d373fb988da23 (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.