SOLICITATION NOTICE
Y -- Armed Forces Reserve Center
- Notice Date
- 7/22/2008
- 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
- W912PQ-08-R-0020
- Archive Date
- 9/19/2008
- Point of Contact
- Mark R Walsh,, Phone: 518-786-4986, Kenneth D. Trzaskos,, Phone: 518-786-4739
- E-Mail Address
-
mark.r.walsh@us.army.mil, kenneth.trzaskos@us.army.mil
- Small Business Set-Aside
- N/A
- 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 Construct Armed Forces Reserve Center (AFRC), 25 Baiting Place Road, Farmingdale, NY 11735. The proposed contract will be for Construction of a 199,000 SF Armed Forces Reserve Center (AFRC) and 24,000 SF vehicle maintenance facility to be located on a 13 acre parcel in Farmingdale, New York. The AFRC will be four stories, with approximately 13,000 SF of classrooms, including a sloped floor auditorium, a 6,000 SF assembly hall, 30,000 SF of supply and storage, and 30,000 SF of general administrative space. The facility will include two passenger and one freight elevators, a kitchen, restrooms, and locker rooms. The exterior of the building is designed with a flat roof accommodating mechanical penthouses, with a pre-fabricated masonry exterior. Supporting facilities will include a two level parking deck for approximately 120 cars, and paved parking for another 400 cars and military vehicles. The vehicle maintenance shop will provide work space for approximately 20 full-time mechanics, and will include 10 work bays, tool and supply rooms, and overhead crane, lubrication and oil distribution system, oil/water separator, and other supporting items. The project will be incrementally funded in two parts. The dollar magnitude of Part 1 (Fiscal Year 2008) is estimated at between $50,000,000 and $75,000,000 inclusive of all options. Part II (Fiscal Year 2009) is estimated at between $10,000,000 and $25,000,000, inclusive of all options. The actual project funding limitation will be included in the RFP. 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 730 calendar days after notice to proceed is issued. 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 procurement is unrestricted; all responsible firms may submit a proposal, which will be considered by the government. As the procurement is unrestricted, FAR Clause 52.219-4 (Notice of Price Evaluation Preference for HUBZone Small Business Concerns) is applicable. If a large business is awarded the contract, a small business subcontracting plan will be required. The tentative date for issuing the solicitation is on-or-about August 4, 2008. The tentative date for the pre-proposal conference is on-or-about August 19, 2008, at 10:00 a.m. at the site. Actual times and dates will be contained within the solicitation. 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 August 15, 2008 via e-mail (preferred) to mark.r.walsh@us.army.mil or fax to (518) 786-4985. Directions and instructions for entering the site will be provided on the FBO website. The solicitation closing date is scheduled for on-or-about September 4, 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 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 FBO website. Go to www.fbo.gov to register. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractor’s Registration (CCR), 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 FBO page www.fbo.gov 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 25 Baiting Place Road, Farmingdale, NY 11735.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8217f21a0dbe4485b255cfa699a574fe&tab=core&_cview=1)
- Place of Performance
- Address: 25 Baiting Place Road, Farmingdale, New York, 11735, United States
- Zip Code: 11735
- Zip Code: 11735
- Record
- SN01620212-W 20080724/080722224102-8217f21a0dbe4485b255cfa699a574fe (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 |