MODIFICATION
Z -- Best Value Construction Eliminate Airfield Obstructions at Otis Air National Guard Base, Cape Cod, Massachusetts--Pre-proposal Conference and Site Visit Changed to April 26, 2005 at 9:00 a.m.
- Notice Date
- 4/14/2005
- Notice Type
- Modification
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-05-R-0005
- Response Due
- 5/19/2005
- Archive Date
- 7/18/2005
- Small Business Set-Aside
- N/A
- Description
- Best Value firm-fixed price Construction Contract to provide all plant, labor, expertise, transportation, materials, tools, equipment, appliances, and supervision necessary to perform and complete project Eliminate Airfield Obstructions at Otis ANG B ase, Cape Cod, Massachusetts. Project Magnitude is between $5 Million and $10 Million. Work consists of the following elements: 1) All work necessary to remove an existing 3000 ft approach lighting system and replace it with a new high intensity ALSF-1/S S ALR Approach lighting System. The project also includes, associated cable and ducts, associated lighting components, all clearing and grading, site preparation, overrun reconstruction, fencing, demolition and disposal of the existing systems. 2) All work n ecessary to remove an old existing Air Force overrun lighting system and replace it with a new Short Approach Lighting System (SALS) system. The project also includes the excavation of an existing railroad embankment and removal of abandoned railroad track s, overrun reconstruction, site preparation, pavements, power, control and monitoring systems and the relocation of an ILS equipment shelter and generator equipment shed. 3) All work necessary to upgrade the existing airfield lighting vault with new regula tors, control switches and transformers as indicated on the contract drawings and to replace the existing computer control and monitoring system to a distributed computer control and monitoring system with LCD touch screens, and addressable devices. 4) all work necessary to remove one existing above ground arresting system and deck sheaves and install one new below ground arresting systems and Fairlead beams. 5)There is an option for the removal and replacement of a second aircraft arresting system. 6)Ther e is also an option for work necessary to remove existing runway asphalt pavement and replace it with concrete pavement. The areas concerned are 200 feet wide by 400 feet long centered on each of two aircraft arresting cables located near the ends of runwa ys. If the option to remove asphalt paving and replace it with concrete is exercised by the Government, the performance period for that portion of work shall be 90 days with a completion date not to exceed 1 November 2005. Otherwise, construction/ contract completion time is anticipated to take approximately 315 days after notice to proceed to include inspection and punch list. All work will be performed in accordance with plans and technical specifications. This project is being solicited on an unrestricte d basis. A single a ward is contemplated. Failure to submit an offer on all items shall result in rejection of the proposal. The North American Industry Classification System (NAICS) Code applicable to this project is 238210 Airport Runway Lighting Contrac tors. The Small Business Size Standard is $12 Million of average annual receipts for the past three years. Award will be unrestricted and is being made pursuant to the Small Business Competitiveness Demonstration Program (ref. FAR 19.1007 (a) (2)). Not ice of Price Evaluation Preference for HUBZone Small Business Concerns in accordance with FAR 52.219-4 is applicable. All responsible firms may submit an offer. A Small Business Subcontracting Plan will be required if the offeror is a large business and mu st be submitted with the offer. The tentative date for issuing the solicitation is on-or-about April 18, 2005. The tentative date for the pre-proposal conference is on-or-about April 26, 2005, 9:00 a.m. local time at the Otis Air National Guard Base. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation for clearance to the facility. The solicitation closing date is scheduled for on-or-about May 19, 2005. Actual dates and times w ill 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 p rocedures. Evaluation factors include Past Performance and Price, each being approximately equal in weight. The Government intends to award without discussions, therefore, the offerors initial proposal shall contain its best terms. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation w ebsite. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractor's Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in orde r to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid ope ning. DISCLAIMER: The official plans and specification are located on the official government web page a nd the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to this EBS page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefo re, 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 a n 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 i n writing via posting to the web. Place of performance is Otis Air National Base, Cape Cod, Massachusetts.
- Place of Performance
- Address: Otis Air National Guard Base 971 South Outer Road Otis ANG Base MA
- Zip Code: 02542
- Country: US
- Zip Code: 02542
- Record
- SN00788189-W 20050416/050414212122 (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 |