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 -- Add/Alter Vehicle Maintenance Facility

Notice Date
6/12/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 108 MSG/MSC, NJ ANG, 3369 WONNACOTT AVENUE, Rm 10, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641-5406, United States
 
ZIP Code
08641-5406
 
Solicitation Number
W912KN-18-R-5001
 
Archive Date
7/12/2018
 
Point of Contact
Joyce Baker, Phone: 6097543117
 
E-Mail Address
joyce.a.baker4.mil@mail.mil
(joyce.a.baker4.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 108TH Contracting Office located on Joint Base McGuire-Dix-Lakehurst, NJ intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for PTFL122091 Addition to Vehicle Maintenance Facility and PTFL129091 Alteration to Vehicle Maintenance Facility, certified LEED sliver. The two Projects are being bid together, to a single contractor. Proposals are required to identify costs for each project independently. The scope of the Alteration projects includes all renovations to the existing structure including the reroofing of that part of the building. The Addition portion of the building includes construction of all new spaces. The Addition Project work includes demolition of Storage Building 33-26, and renovation and expansion of the existing Vehicle Maintenance Facility Building 33-25, along with site preparation, grading and paving; utility connections, and other incidental related work. The demolition of Building 33-26 includes the complete removal of structure of the roof, walls, stairs, floors, foundations and utilities. The site is to be left ready for construction. It is anticipated that there are Asbestos Containing Materials within the existing Building 33-26. The renovated and expanded Building 33-25 consists of a one (1) story office and shop structure. Renovations to Building 33-25 include removal of the existing asphalt shingle roof structure and renovation of existing utilities and systems within the building as well as expanded facilities and systems to support the office area, shops and new refueler bay facilities. All existing overhead and man doors will be repainted. Site work includes grading and preparing the site; limited paving; relocation of underground utilities, and connection to existing utilities, including but not limited to, water, electric, sewer, and communications. No requirements exist for this building for blast resistant design under either project. The contractor will have full use of the site during construction and will not need to phase the construction effort. The renovated and expanded Vehicle Maintenance Facility Building will be certified LEED silver. To support this, recycled and environmentally friendly materials and methods shall be maximized in the construction of this facility. In addition to a base price for the work describe above the solicitation includes Government Options for this project. 1. Complete lightning protection system for total building. 2. Reroofing and additional framing of the existing roof with metal roof panels matching the addition. 3. 3" x 3" windows in the refueling by. 4. LEED documentation for LEED efforts. The magnitude of this project is between $1,000,000 and $5,000,000. Construction/contract completion time is 365 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set- aside. The small business size standard is $36.5 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 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" applies to this project. The tentative date for issuing the solicitation is on or about 28 June 2018. The tentative date for the site visit conference is on-or- about 12 July 2018, 9:00 a.m. local time at the 108th CES Building 3301, at Joint Base McGuire, NJ. Interested contractors are encouraged to attend and shall follow base access requirements shown in the solicitation. The solicitation closing date is scheduled for on-or-about 28 July 2018. Actual dates and times will be identified in the solicitation. 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, Past Performance and Price. The Government intends to award without discussions. 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: 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 data. 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 Joint Base McGuire, New Jersey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-2/W912KN-18-R-5001/listing.html)
 
Place of Performance
Address: 108 Campus on JB McGuire, JB McGuire, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN04952607-W 20180614/180612230801-0b70a3fd9c9030e576be6150c3c76c21 (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.