Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2005 FBO #1483
SOLICITATION NOTICE

Y -- Construct Operations and Training/Medical Facility

Notice Date
12/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-06-R-0001
 
Response Due
2/26/2006
 
Archive Date
4/27/2006
 
Small Business Set-Aside
N/A
 
Description
The Georgia National Guard located at 165th Airlift Wing, Savannah/Hilton Head International Airport, Savannah, Georgia and the USPFO for Georgia intends to issue a Request for Proposal (RFP) 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 perform and complete an Operations and Training/Medical Facility that consists of the construction of a 30,000 square foot buil ding to include extension of utilities, site work, pavement, demolition and associated site improvements. Magnitude of the project is between $5,000,000.00 and $10,000,000.00. The type of contract is firm fixed-price. A single award is contemplated. Fa ilure to submit an offer on all items shall result in rejection of the proposal. Construction/contract completion time is anticipated to take approximate 365 days after notice to proceed to include inspection and punch list. The North American Industry C lassification System (NAICS) code for this work is 236220. The small business size standard is $28.5 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis in accordance with the Small Business Competitiveness Demonstration Program (Ref: FAR 19(c)(2). All responsible firms may submit an offer. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be su bmitted with the offer. The tentative date for issuing the solicitation is on-or-about 12 Jan 2006. The tentative date for the pre-proposal conference is on-or-about 3 Feb 2006 at 10:00 p.m. local time at the AW Air 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. All questions for the pre-proposal conference must be submitted using Proposal Inquiry Form (Exhibit F) by 23 Jan 2006 via e-mail (preferred) to Oliver.gills@ga.ngb.army.mil or fax to (678)569-6208. Directions and instructions for entering the base will be provided in the solicitation package. The solicitation closing date is scheduled for on-or-about 26 Feb 2006. Actual d ates 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 Past Performance and Price. The Governm ent 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 sit e 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 orde r to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org . All co ntractors 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 c an be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the Fed eral Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and the re 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 EBS page http://www.national guardcontracting.org 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. Web sites 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 issue no pape r 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 165th Airlift Wing, Savannah/Hilton Head International Airport, Savannah, Georgia.
 
Place of Performance
Address: 165th Airlift Wing 1401 Robert B. Miller Drive Savannah GA
Zip Code: 31408
Country: US
 
Record
SN00953776-W 20051218/051216212159 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.