Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2006 FBO #1706
SOLICITATION NOTICE

Y -- Replace Troop Training Quarters, Project Number EUBC009198

Notice Date
7/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, OH 43235-2788
 
ZIP Code
43235-2788
 
Solicitation Number
W91364-06-R-0011
 
Response Due
8/28/2006
 
Archive Date
10/27/2006
 
Small Business Set-Aside
N/A
 
Description
The Ohio National Guard, United States Property and Fiscal Office for Ohio 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, and supervision necessary to construct the project titled EUBC009198  Replace Troop Training Quarters. Work involves construction of a 11,000 SF facility for the training and housing of airmen at the Camp Perry Air National Guard Stat ion, Port Clinton, Ohio and demolition of the existing facilities. The project consists of classrooms, dormitories and all support of these functions. The new construction consists of concrete foundations, steel reinforced CMU walls, brick facing, gypsu m board finish, suspended and drywall ceilings, standing seam metal roof system. Also includes HVAC, ductwork, telecommunications infrastructure and wiring, fire suppression system, fire detection, alarm systems, commercial electrical, gas service, water line and sewage. Associated site work includes earth moving, asphalt drives and parking lots, concrete curbs and gutters, storm and sewer drainage, Demolition of wood framed buildings currently on worksite. All questions should be directed to both Tim Tootle and COL Alan Rogers at via e-mail timothy.tootle@oh.ngb.army.mil and alan.rogers@oh.ngb.army.mil , Total estimate for this project is between $1,000,000 and $5,000,000. This procurement is full and open competition. The North American industrial c lassification (NAIC) code is 236220. The applicable small business size standard including affiliates is no more than $31.00 Million average annual revenue for the previous three years. Solicitation packages will be available approximately 27 July 2006, w ith the closing date scheduled for 28 August 2006. All responsible sources may submit a proposal which shall be considered. The total construction performance period is 397 calendar days after receipt of Notice to Proceed which includes inspection and pu nch list. A firm-fixed price contract will be awarded. 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 HUB Zone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for the pre-proposal conference is on-or-about 14 August 2006 at 1:00 p.m. local time Camp Perry Air National Guard Station. All prime contractors and subcontractors are encouraged to attend the pre- proposal conference. No other visits will be arranged. Information regarding the pre-proposal conference is contained in the solicitation. All questions for the pre-proposal conference must be submitted in writing (e-mail is preferred) to the contracting office. Emails should be sent to timothy.tootle@oh.ngb.army.mil and alan.rogers@oh.ngb.army.mil This address will also be provided in the solicitation. The contract will be awarded under Source Selection procedures specified in the solicitation. Evaluation factors include Price and Past Performance. The Government intends to award without discussions, therefore, the of ferors 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 and you will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certification s Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.n ationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp on or around 27 July 2006. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technica l Data Solution (FedTeDS) website on-line at https://www.fedteds.gov a link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing comp anies are required to register in the Central Contractors Registration (CCR) and the Federal 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 there will n ot 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.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp 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. 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, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performa nce is the 200th RHS, Camp Perry Air National Guard Station, Ohio Air National Guard, Port Clinton, Ohio.
 
Place of Performance
Address: Camp Perry Air National Guard Station 1200 N. Camp Perry E. Rd Port Clinton OH
Zip Code: 43452-9577
Country: US
 
Record
SN01099606-W 20060729/060727221130 (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.