Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOLICITATION NOTICE

Y -- F35A Armament Research Facility Addition (B614)

Notice Date
6/12/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W9127818R0065
 
Archive Date
8/24/2018
 
Point of Contact
MICHAEL J. SCISM, Phone: 2514415519, Kyle M. Rodgers, Phone: 2516903356
 
E-Mail Address
michael.j.scism@usace.army.mil, kyle.m.rodgers@usace.army.mil
(michael.j.scism@usace.army.mil, kyle.m.rodgers@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A TOTAL SMALL BUSINESS SETASIDE UTILIZING FAR PART 15 SOURCE SELECTION PROCEDURES THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM(NAICS) CODE FOR THIS PROJECT IS 236220. Estimated Cost Range $5,000,000.00 to $10,000,000.00. This project requires design and construction of a new 10,134 gsf 2-story addition and alterations to existing Building B.614 controlled access building. The new addition includes office, storage and classroom/training functions in a controlled access secure environment with secure areas that require specified physical security measures. The addition shall connect to the existing building that is also a controlled access secured facility with physical security measures that operates on a regular and after duty hours basis that will be occupied and shall remain in operational including all building services and security provisions during all phases of construction of the new addition, alterations and related demolition and sitework. Other spaces include open office with workstations, conference rooms, break rooms, and restroom facilities. Additionally, there are the interior systems to include electrical, fire suppression, plumbing, HVAC, A/V, classified and unclassified communications and data systems, fire alarm / mass notification system, intrusion detection system (IDS), access control system (ACS), closed circuit television systems (CCTV), HVAC DDC controls, etc. The scope of alterations to the existing building for this project is primarily for the connection of the new addition to the existing building envelop and related demolition, connection of the addition corridors to the existing building corridors and internal circulation elements, and connections to the existing building support systems that include, but not limited to; classified and unclassified communications and data systems, fire alarm / mass notification system, IDS, ACS, CCTV, HVAC DDC controls, etc. The site work and supporting facilities required include, but not limited to; new site improvements, modification to existing improvements, new and rework of existing utilities, new parking as an expansion to an existing parking lot and reconfiguration of existing parking, landscaping, and related demolition. The North American Industry Classification System (NAICS) code for this project is 236220. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $36,500,000 for the past three years. Note No. 5: This solicitation includes bid options which may not be awarded. Note No. 6: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov. Address questions concerning downloading of plans/specifications to Plans Room at phone number 251-690-2536. Note No. 7: A Contractor Site Visit has been scheduled for 11 July 2018 from 9:00 am to 11:00 am. The only purpose of the site visit is to become familiar with the existing site conditions. Requests for Information (RFIs) generated from the site visit must be entered into the ProjNet Contractor RFI system for responses. Attendance at the site visit is strongly recommended. Due to Base Security requirements and limited field staff available for construction contractor site visits, this scheduled site visit will be the only one offered. Individual requests for site visits will not be granted. Contractors will be required to register with Ms. Josephine Bochiechio-Pace by close of business on 09 July 2018 and provide their given name (as it appears on their driver's license), social security number, date of birth, the project name, name of the company that they represent, and a state driver's license number. Contractors must provide a list with the names of the persons to be attending the site visit on Company Letterhead and email it to Ms. Josephine Bochiechio-Pace at the number shown below. Request for attendance received after the date shown above will not be accepted. The number of attendees is limited to four from each firm. Name: Ms. Josephine Bochiechio-Pace Email: Josephine.R.Bochiechio-Pace@usace.army.mil Contractors must meet at the site, located at the corner of Gaffney Road and Hatchee Road at the time and date listed above. Contractors will be required to register with Ms. Josephine Bochiechio-Pace for installation access, and will be required to provide a valid driver's license, proof of insurance, and vehicle registration to gain access to the installation. Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the Government will not be honored. The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.) -- END --
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127818R0065/listing.html)
 
Place of Performance
Address: Eglin, AFB FL, United States
 
Record
SN04951729-W 20180614/180612230424-2729a5ecdfd48c23ee368daf91b3a13e (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.