Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2008 FBO #2289
SOLICITATION NOTICE

Y -- Construction Services to Replace Base Civil Enginner Maintenance Complex, PN: LUXC 001390

Notice Date
3/1/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
 
ZIP Code
57702-8186
 
Solicitation Number
W912MM08R0001
 
Response Due
8/31/2008
 
Archive Date
10/30/2008
 
Point of Contact
Patricia Zolnowsky, 605-737-6739
 
E-Mail Address
Email your questions to USPFO for South Dakota
(pat.zolnowsky@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The South Dakota Air National Guard located at Joe Foss Field, Sioux Falls, SD and the USPFO for South Dakota 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 Replace Base Civil Engineer Maintenance Complex, PN: LULXC 001390 for 114 Fighter Wing at Joe Foss Field. The scope of the work for the Repla ce Base Civil Engineer Maintenance Complex (approx total of 30,200 SF), includes but it not limited to: Construct a new Base Civil Engineering Complex on a new site within the existing perimeter of the South Dakota Air National Guard Complex; demolish the existing BCE building and related pavements; demolish existing loading ramp; construct new loading ramp; construct new perimeter security fence; replace supply gate with crash gates; construct new cold storage building; and provide prewired workstations an d offices. The project breakdown consists of Civil Engineer Maintenance Shop Area, (approx 7,100 SF); Civil Engineer Administration Area, (approx 6,100 SF); Pavements and grounds storage area, (approx 8,000 SF); Civil Engineer storage area, (approx 6,000 S F); Disaster Preparedness Area, (approx 3,000 SF); Antiterrorism/Force Protection, (approx 16,200 SF); along with utilities, pavements, and site improvements; demolition/asbestos removal (approx 16,150 SF), communication support, prewired work stations, an d AT/FP site improvements. Magnitude of the project is between $5,000,000.00 and $10,000,000.00. Construction/contract completion time is anticipated to take approximately 390 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $31.0 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 19.10). 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 submitted with the offer. T he tentative date for issuing the solicitation is on-or about 18 March 2008. The date and time for the pre-proposal conference will listed within the solicitation document. Interested contractors are encouraged to attend and shall follow conference registr ation and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted by 27 March 2008 via e-mail (preferred) to pat.zolnowsky@us.army.mil AND sco tt.petrik@us.army.mil or fax marked Attn: Pat Z AND Scott P to 605/737-6752, unless otherwise stated within the solicitation document. The solicitation closing date is scheduled for on-or-about 17 April 2008. Actual dates and times will be identified in th e 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 Government intends to award without discussions. I nterested 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 requi red 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. The solicitation and associat ed information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp . 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 s ite 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 companies 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 not be a formal public bid opening. DISCLAIMER: The official plans and specification a re 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 performance is 114FW, Joe Foss Field, 1201 West Algonquin St, Sioux Falls, SD.
 
Place of Performance
Address: 114 Fighter Wing, South Dakota Air National Guard, Joe Foss Field 1201 Algonquin Street Sioux Falls SD
Zip Code: 57104
Country: US
 
Record
SN01521640-W 20080303/080301223441 (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.