Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

Y -- C-17 Corrosion Control and Fuel Cell Hangar

Notice Date
8/17/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 145 MSG/MSC, NCANG, 4930 Minute Man Way, CHARLOTTE, North Carolina, 28208, United States
 
ZIP Code
28208
 
Solicitation Number
W91242-18-B-0891
 
Point of Contact
Zachary D. Leddy, , Karla M. Garcia,
 
E-Mail Address
zachary.d.leddy.mil@mail.mil, Karla.M.Garcia4.civ@mail.mil
(zachary.d.leddy.mil@mail.mil, Karla.M.Garcia4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The 145th Airlift Wing in Charlotte, North Carolina intends to issue an Invitation for Bid (IFB) 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 construct a C-17 Corrosion Control/Fuel Cell Hangar. This project includes a 43,500 square foot hangar and a 17,500 square foot shop/admin area. Conventional shallow spread footing foundation system. Long-span custom-fabricated steel trusses with open-web steel joist supporting steel deck roof construction. Reinforced concrete masonry bearing/shear wall structure at support areas. Mezzanine floors to be reinforced concrete slab on deck with composite steel beams soil-supported slab-on-grade to be utilized. Standing seam and membrane roofing. DX Cooling with heat pump and ducted makeup air systems. Medium voltage and communications concrete encased duct banks. Fire suppression pump house with high expansion foam system in hangar bay. Structural rigid airfield paving, heavy duty flexible paving, standard flexible, and rigid paving. This project will achieve a USGBC LEED® Silver Certifiable level of construction. Additive Bid Items (ABI) will be included in this solicitation with the following order of priority: •1. ABI priority #1: Operable Partitions •2. ABI priority #2: General Hangar Items (Fuel Resistant Resinous Flooring, Hangar Flood Task Lighting, Ace HVAC Ductwork) •3. ABI priority #3: General Exterior Items (Landscaping, Ornamental Fence and Knee Wall) •4. ABI priority #4: Miscellaneous Hangar Items (Demountable Partitions, Exterior Flightline Signage) BRAND NAMES: This project requires brand name specific products. A justification will be posted upon issuance of and attached to the solicitation. The brand name products included in this acquisition are: Monaco Radio Transceiver; Det-Tronics releasing panel and flame detectors; Acoustic Technology, Inc Base Wide Mass Notification System; and Alerton Direct Digital Control. This project is solicited as unrestricted. All responsible offerors are encouraged to participate. The total contract duration is 540 calendar days from issuance of the Notice to Proceed. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $36,500,000 average annual revenue for the previous three (3) years. The magnitude is between $25,000,000.00 and $30,000,000.00. The Government will determine apparent low bidder in accordance with the procedure described in DFARS Provision 252.236-7007, Additive or Deductive Items. In addition, to establish its responsibility, the apparent low bidder will be requested by the Government prior to award, to submit a statement regarding his previous experience in performing comparable work, his business and technical organization, financial and bonding resources, plant available to be used in performing the work, etc. This action will be requested to determine if the contractor is responsible. The tentative date for issuing the solicitation is on-or about September 19, 2018. The tentative date for the pre-bid conference/site visit is on-or about October 02, 2018. Interested contractors are highly encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. The bid opening date is tentatively scheduled for on-or about November 01, 2018. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to 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 online at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. 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 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 web.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31-1/W91242-18-B-0891/listing.html)
 
Place of Performance
Address: 4930 Minuteman Way, Charlotte, North Carolina, 28208, United States
Zip Code: 28208
 
Record
SN05044004-W 20180819/180817231252-d88e70c7436ccfa8def4f270719947cc (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.