SOLICITATION NOTICE
Y -- Replace Pararescue Facility, Phase I
- Notice Date
- 6/20/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for New York, 330 Old Niskayuna Road, Latham, New York, 12110-2224
- ZIP Code
- 12110-2224
- Solicitation Number
- W912Q-08-R-0017
- Archive Date
- 8/23/2008
- Point of Contact
- Mark R Walsh,, Phone: 518-786-4986, Kenneth D. Trzaskos,, Phone: 5187864739
- E-Mail Address
-
mark.r.walsh@us.army.mil, kenneth.trzaskos@us.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO for New York 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 the project entitled Pararescue (PJ) Training Complex at the 106th Rescue Wing (RQW), Francis S. Gabreski Airport, Westhampton Beach, NY. The new PJ Complex includes, but is not limited to, an approximately 38,000 square foot building contained in two sections. (The square footage mentioned above includes Phase II). One section of the complex contains parachute, watercraft and equipment maintenance and storage spaces with personnel lockers and showers. Included are: a 60 foot high parachute drying tower with a 1,000 gallon, in-ground rinsing tank capable of servicing 75 parachutes at one time, an exterior rappelling training platform and simulated helicopter rescue bar with winch, a full height, exterior, reconfigurable, climbing wall, 63 Individual Equipment Lockers (IELs) wire mesh and 100 square feet each, an area for washing, drying, refilling and storage of scuba equipment, a parachute folding area and sewing room, raft maintenance and storage, an enclosed and heated boat storage area. The other building section contains administrative and training functions including: class and conference room spaces, private offices, secure medical storage and additional personnel support facilities. Site work to include: a new paved parking area for 95 privately owned vehicles (POVs) with concrete sidewalks, landscaping, exterior lighting, storm water drainage and all utility relocations. The dollar magnitude of the project is between $10,000,000 and $25,000,000. The type of contract is firm fixed-price. A single award is contemplated. Failure to submit an offer on all items shall result in rejection of the proposal. Construction/contract completion time is anticipated to take approximate 15 months for Phase I and 15 months Phase II. 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 project is being procured as a small business set aside in accordance with the policy letter issued by the Undersecretary of Defense, dated June 2, 2008, Subject: Reinstatement of Small Business Set asides under the small Business Competitiveness Demonstration Program. The tentative date for issuing the solicitation is on-or-about July 7, 2008. The tentative date for the pre-proposal conference is on-or-about July 22, 2008, at 10:00a.m. local time at the 106th RQW 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 July 18, 2008 via e-mail (preferred) to mark.r.walsh@us.army.mil or fax to (518) 786-4985. Directions and instructions for entering the base will be provided in the solicitation package. The solicitation closing date is scheduled for on-or-about August 8, 2008. Actual dates 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 Government 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 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. 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 associated information minus the plans and specifications will be available from the Federal Business Opportunities website www.fbo.gov. All contractors and subcontractors interested in this project must register as an interested vendor 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 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 Contractor’s 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 specifications 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 issue no 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 the 106th Rescue Wing, 150 Riverhead Road, Westhampton Beach, NY 11978.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f42cbc370650e4aa3d1c6cfe82e3b54d&tab=core&_cview=1)
- Place of Performance
- Address: 106th Rescue Wing New York Air National Guard Base, 150 Riverhead Road, Westhampton Beach, New York, 11978, United States
- Zip Code: 11978
- Zip Code: 11978
- Record
- SN01598024-W 20080622/080620222539-f42cbc370650e4aa3d1c6cfe82e3b54d (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 |