Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
MODIFICATION

56 -- Construction Services to Revitalize the Operations & Training & Security Forces Squadron Facility (Bldg 65), Kansas Air National Guard, 184th ARW/CC, McConnell Air Force Base, Wichita, KS

Notice Date
2/3/2006
 
Notice Type
Modification
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-06-R-4011
 
Response Due
3/7/2006
 
Archive Date
5/6/2006
 
Small Business Set-Aside
N/A
 
Description
The advertisement that was originally advertised on 12 Jan 06 is changed from a RFP, W912JC-06-R-4011 to an Invitation for Bid W912JC-06-B-5301 as follows: Proposed contract action is for Invitation for Bid for construction services to revitaliz e the Operations & Training & Security Forces Squadron Facility (Bldg. 65), Kansas Air National Guard, 184th ARW/CC, McConnell Air Force Base, Wichita, KS . Project Number PRQE 022737. The Government intends to award a single Firm Fixed Price (FFP) c ontract. Performance period is 365 calendar days from Notice to Proceed. General Requirements: Revitalizing which includes major demolition of the interior for reconfigurations of the interior space to accommodate new mission requirements. Bldg 65 is an existing 36,692 square foot one level building that will undergo a major renovation reconfiguration. The exterior of the building is masonry construction with partial storefront system glazing on all sides. Exterior windows are being added at office f unctions and sections of existing windows are being removed where required. Where functional, existing interior partitions are being left, primarily re-utilizing most of the existing corridor/egress path and structural walls and columns. The existing Bld g 65 is served by a VAV system coupled with an air-cooled chiller and hot water boiler. The HAVC system will be a ground source heat pump utilizing vertical wells for heat rejection. The contractor will be responsible to install a ground coupled water lo op system per a performance based work statement. Exterior work includes, major site improvements, parking lot modifications and a new sloped standing seam metal roof will be installed above the existing roof. Existing skylights will be removed. Work shall be performed in accordance with the Plans and Specifications dated 31 Jan 06 and any published documents. The North American Classification is 236210 and the size for Small Business is $28.5M average annual receipts for the past 3 years. This proj ect is being procured on an UNRESTRICTED basis in accordance with the Small Business Competitive Demonstration Program. The HUB Zone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large busine ss and must be submitted with the offer. Magnitude of this project is between $1,000,000.00 and $5,000,000.00. Bid Guarantee is required. The solicitation will be issued on 3 February 2006. A pre-bid conference will be conducted on 14 Feb 06, Bldg 3, at 10:00 am local time at the Kansas Air National Guard, McConnell Air Force Base, Wichita, KS for the purpose of briefing on the IFB requirements, answering questions regarding this solicitation and conducting a site visit. All interested offerors and th eir major subcontractors are encouraged to attend the pre-bid conference and site visit. ALL questions for the pre-bid conference must be submitted on Pre-Bid Inquiry Form (Exhibit A) for the conference via email to Sandy.Summers@ks.ngb.army.mil or Linda.C riss@ks.ngb.army.mil or fax to 785-274-1642 by 2:00pm 13 Feb 2006. The bid opening date is scheduled for 2:00 PM on 7 Mar 2006. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Firms can regist er at http://www.ccr.gov. The solicitation, all amendments, site visit minutes and questions/answers will posted on the web at http://www.ngks.net. There is no charge for the plans and specifications, which will be available in electronic format on the website as well as local Printing companies. DISCLAIMER: The Government is not liable for information furnished by any other source other than noted above. Amendments, if/when issued will be posted to the website for electronic downloading. It is the o fferors responsibility to check the website periodically for any amendments to this 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, preferably e -mail, to the persons specified in the solicitation. All answers will be posted on the web site.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00979929-W 20060205/060203212317 (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.