Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

Y -- Construct a Civil Engineering Maintenance Complex and Install an Emergency Back Up Generator, Andrews AFB, Maryland

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133N-04-R-0008
 
Response Due
9/15/2004
 
Archive Date
11/14/2004
 
Point of Contact
Deborah Palmer, 703-607-1217
 
E-Mail Address
Email your questions to National Guard Bureau, Environmental/Air Acquisition Division
(deborah.palmer@ngb.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The National Guard Bureau proposes to procure services for the construction of a new Civil Engineering Maintenance Complex and an Emergency Back-Up Generator, Andrews Air Force Base, Maryland. These are two projects combined into one solicitation. The Civil Engineering Maintenance Complex work consists of the construction of a 743 square meter (8,000 square feet) maintenance building and covered storage and 93 square meter (1,000 square feet) uncovered storage. This work includes but is not limited to 1) Civil consisting of regrading the site, roadways and a parking lot, 6 inch water service connection, 4 inch sanitary sewer connection, Washington Gas gas service connection, storm drains, diversion of Building 3547 roof drainage, concrete sidewalks, temporary erosion and sediment control and landscaping; 2) Architectural consisting of single slope pre-engineered roof and structural system with insulated metal wall panels and metal standing seam roof, face brick veneer on load bearing metal stud backu p walls, aluminum fixed windows with operable vent, aluminum framed storefront glass doors, steel exterior doors and frames, steel overhead sectional door, aluminum screen-fencing and frames, metal gutters and downspouts, steel interior doors and frames, g ypsum board and steel stud partitions, acoustical panel ceilings, vinyl composition tile floors, stainless-steel wainscot in shop area, administrative offices with carpeting, break room and work room, shop area, toilet rooms and showers with ceramic tile w alls and floor, mechanical, electrical and telecommunications rooms, and covered storage and parking area; 3) Structural consisting of concrete spread footing foundations and grade beams and floating reinforced concrete slab; 4) Mechanical consisting of pl umbing for toilet and shower facilities, air compressor and drops for shop area, wet pipe sprinkler system, dry pipe sprinkler system, two constant volume HVAC split systems consisting of a fan coil unit with DX coil, gas-fired duct furnace and outdoor air -cooled condensing unit, shop area manual purge fan system, tele/com room thru-wall packaged air conditioner, and wall mounted electric heaters for toilet/locker rooms, vestibule and receptionist area; 5) Electrical consisting of 208 Volt, 3 pole, 400 ampe re new circuit breaker, diesel generator, automatic transfer switch, 208/120 volt, 3-phase, 4 wire, 400 Ampere main Distribution Panel (MDP), lighting for offices 4 foot indirect, lighting for offices 4 foot industrial fluorescent, covered storage and park ing 4 foot High Output (HO) fluorescent, exterior lighting, interior receptacles, grounding system, supervised, addressable fire alarm system, cable tray and raceway systems for telecommunications system and public address system and commissioning of mech anical equipment and controls. The Emergency Back-Up Generator work consists of the construction of a 52.8 square meter (568 square feet) generator enclosure and installation of the generator. The work includes but is not limited to 1) Civil consisting of excavation for enclosure foundations; 2) Architectural consisting of face brick with CMU back-up enclosure wall adjacent to existing transformer enclosure, new steel gate on new enclosure, modification to existing steel gate on the existing transformer enclosure and aluminum grilles to close tops of new and existing enclosures; 3) Structural consisting of concrete spread footing foundations and grade beams and floating reinforced concrete slab; and 4) Electrical consisting of installation of diesel gener ator, automatic transfer switch, 208/120 volt, 3-phase, 4 wire, 100 Ampere Panel, lighting and receptacles, underground duct bank and hand hole, raceway and boxes for power and control wiring, grounding system, conductors and cables and testing. Estimated performance period is 360 days combined for both projects. The estimated magnitude of construction is between $1,000,000 and $5,000,000. Contemplated is the award of one Firm Fixed Price contract from this solicitation. The evaluation factors for award will include in order of importance, Past Performance, Project Manager and Superintendent resumes and Price. Award of the contract will be to the offeror whos e proposal represents the best value to the Air National Guard (ANG). The proposed procurement is Unrestricted, open to both large and small business. In accordance with the FAR 52.219-9, Small Business Subcontracting Plans will be required prior to awar d of a contract to a large business. The National Guard Bureau??????s goals require that a minimum of 63.8% of the total planned subcontract dollars be placed with small business concerns; of which at least 3.0% must be placed with a HUBZone Small Busines s, 1.5% with small disadvantage business concerns, 10.1% with woman-owned small business concerns, and 3.0% with service-disabled veteran owned concerns. If award is made to a large business, the successful firm will be expected to place subcontracts to t he maximum extend possible with small, HUBZone, SDB, WOB and service-disable veteran owned concerns as part of their original submitted teams. The NAICS code is 236210. The Small Business Size Standard is $23M. Award of this contract must be made by 30 Sep 04, therefore, to achieve the target award date the procurement schedule will be accelerated. A Preproposal Conference and Site Visit will be held on or about 26 Aug 04 at Andrews Air Force Base, Maryland. The exact date, time and conference site sh all be indicated in the solicitation. Prospective offerors are asked to review the solicitation and submit written questions prior to the Preproposal Conference. Written questions should be submitted by email to deborah.palmer@ngb.ang.af.mil. To obtain a copy of the RFP prospective offerors must respond to this notice by email to deborah.palmer@ngb.ang.af.mil. Respondents must provide their firms full name and address, email address, telephone and fax numbers and indicate their size status. The date se t for release of the solicitation is on 16 Aug 04. Proposals are due by 4 PM (Eastern Time) on 15 Sep 04.
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-J8C, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
Country: US
 
Record
SN00634967-W 20040804/040802212226 (fbodaily.com)
 
Source
FedBizOpps.gov 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.