Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2005 FBO #1262
SOLICITATION NOTICE

Y -- Replace Alert Complex and Replace Alert Shelters

Notice Date
5/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
177 FW/LGC, 400 Langley Road, Egg Harbor Township, NJ 08234-9500
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN05R0001
 
Response Due
7/15/2005
 
Archive Date
9/13/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This solicitation is for the replacement of the Alert Facility located at the 177th Fighter Wing, NJ Air National Guard Base in Egg Harbor Township, NJ 08234. THIS SOLICITATION IS RESTRICTED TO SBA Certified 8(a) firms geographically located in the a rea serviced by the New Jersey District Office. Project consists of two phases to be awarded together: Phase I - Replace Alert Complex, and Phase II - Replace Alert Shelter. Phase I consists of construction of 2 alert aircraft shelters, 1 alert crew quarte rs, 1 entry control point, 1 pump house and 2 storage tanks to support the fire suppression system, and 1 communication building. Alert shelters will consist of reinforced concrete foundations and floor slabs, structural steel with metal siding and 4 large hangar doors each along with mechanical, electrical, fire suppression, and security and communications systems to support the alert mission. The pilot/maintenance crew quarters will be a reinforced concrete foundation with floor slabs and concrete masonry walls and roof to assist with sound attenuation. The structure will have a standing seam metal roof in addition to the concrete roof for aesthetics. The crew quarters will include sleeping quarters, gymnasium, kitchen/dining area, and a day room area. It will also include mechanical, electrical, fire suppression, security and communication systems. Site work includes drainage, utility/infrastructure work, asphalt and concrete pavements, security fencing, lighting, and demolition of existing alert shelters (2 shelters approx 50' x 85' each), existing crew quarters and earth berm. Phase II consists of constructing 1 alert aircraft hangar (same size, type, and construction method as described above in Ph I). Pricing for Option Line Items will also be solicited in each phase. ONLY PRIME CONTRACTORS SHOULD REPLY. The prime contractor must have the ability to perform 15% of the work using in-house personnel and have specialized experience in New Facility Construction with further specialization experience in the f ollowing area(s): Reinforced concrete footings/foundations/slabs; Structural steel/metal wall panels/standing seam metal roofing; Building systems to include sewerage, electrical, mechanical/plumbing, HVAC, fire suppression/detection, security, lightning p rotection, and emergency generator; Site work - drainage systems, Portland concrete cement/asphaltic pavements, security fencing and landscaping; and Project Management for projects in excess of $5 Million to include experience with critical path method sc heduling. Selection criteria factors are as follows: Offeror Past Performance including Management Effectiveness, Quality Control and Timely Performance; and Price. The Government reserves the right to reject any or all proposals prior to award; to negotia te with any or all propsers; to award the contract to other than the lowest price; and to award the offeror submitting the proposal determined to be most advantageous to the Government. OFFERORS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISUCSSION OR A NY CONTACT CONCERNING THE PROPOSAL RECEIVED. It is anticipated that a single firm fixed price contract will be awarded as a result of the solicitation. Solicitation packages will be available electronically on or about 1 June 05. FACSIMILE, E-MAIL AND TELE PHONE REQUESTS FOR PACKAGES WILL NOT BE ACCEPTED. Plans and Specificatons will not be provided in a printed hard copy format. Contractor may view/download this project from: www.nationalguardcontracting.org/ebs/advertisedsolicitations.asp. All contractors/ subcontractors interested in this project must register at the site. For security reasons, all potential offerors, plan rooms and printing companies are required to register at the Federal Technical Data Solution (FedTeDS) site, https://www.fedteds.gov in order to view/download the plans/drawings. All interested parties are also reminded of the requirement for CCR registration; Award shall not be made to an offer or that does not have a valid and current registration (go to www.ccr.gov). Magnitude of construction is Greater than $10 Million and the NAICS code is 236220. Proposal due date shall be on or about 6 July 05 and must be received in the Base Contracting Of fice located in Bldg 52, Room 11, at 400 Langley Road, Egg Harbor Township, NJ 08234. A non-mandatory pre-proposal conference/site visit date/time will be listed in the solicitation document. Questions/requests for clarification must be submitted IN WRITIN G VIA E-MAIL ONLY and will be accepted through 20 June 05. Submit questions to USPFONJ-PC@nj.ngb.army.mil. The solicitation number W912KN05R0001 should be included in all correspondence.
 
Place of Performance
Address: 177 FW/LGC 400 Langley Road, Egg Harbor Township NJ
Zip Code: 08234-9500
Country: US
 
Record
SN00803327-W 20050511/050509211943 (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.