SOLICITATION NOTICE
Z -- RECOVERY--Z--Design-Build Museum Addition, Bldg 6501, (E4-00082-8P). Fort Dix, NJ.
- Notice Date
- 6/7/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - East, Army Reserve Contracting Center - East, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S109B0004
- Response Due
- 7/28/2009
- Archive Date
- 9/26/2009
- Point of Contact
- Darryl Majors, 609-562-5741<br />
- E-Mail Address
-
Army Reserve Contracting Center - East
(darryl.majors@us.army.mil)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- RECOVERY--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W911S109B0004. Mission Installation Contracting Command (MICC) United States Army Reserve (USAR) Directorate of Contracting (DOC) East plans to issue a RECOVERY: Invitation for Bid (IFB) to Design-Build, Museum Addition, Building 6501 Fort Dix, NJ. PROJECT SCOPE: The contractor shall provide all materials, labor, equipment, transportation, and services to design and build the museum addition at building 6501, Fort Dix, New Jersey. The work shall include, but not limit to, the following: 1. The Contractor shall demolish selected areas of building 6501 and trees to construct a 5/8 dense glass sheathed metal stud frame addition with a stucco finish, 50wide x 102 long. The building shall have a three tab shingle roof system on plywood Contractor shall install 2 three and a half ton Hallowell heat pumps and matching air handlers. The contractor shall install an exterior double door/frame, landing, steps and canopy. The canopy will be lettered MUSEUM. The canopy system must provide a minimum of 7 feet of head room and comply with NFPA 102 standard for grandstands, folding and telescopic seating, tents and membrane structures. 2. All works must be done while the building is occupied. Minimize inconveniences to the occupants by phasing the work and/or provide appropriate protection, separation and/or shielding of work site. The applicable North American Industrial Classification Code (NAICS Code) is 236220 A site visit will be arranged for all interested parties during the solicitation period. The American Recovery and Re-Investment Act of 2009 (ARRA) is the funding source for this project therefore the following FAR clauses apply to this solicitation in addition to normal FAR Construction Clauses: 1. 52.203-15 Whistleblower Protection 2. 52.204-11 ARRA Reporting Requirments 3. 52.225-21 Required Use of American Iron, Steel, and Other Manufactured GoodsBuy American ActConstruction Materials. 4. 52.225-22 Notice of Required Use of American Iron, Steel, and Other Manufactured GoodsBuy American ActConstruction Materials. 5. 52.225-23 Required Use of American Iron, Steel, and Other Manufactured GoodsBuy American ActConstruction Materials Under Trade Agreements. 6. 52.225-24 Notice of Required Use of American Iron, Steel, and Other Manufactured GoodsBuy American ActConstruction Materials Under Trade Agreements 7. 52-215-2 Audit and RecordsNegotiation (Alternate 1) 8. FAR Subpart 25.6American Recovery and Reinvestment ActBuy American ActConstruction Materials. This project is set aside 100% for HUBZone Certified Firms. Offers are solicited only from HUBZone small business concerns. Offers received from concerns that are not HUBZone small business concerns shall not be considered. The order of magnitude for the project is between $500,000 and $1,000,000 and the effort shall be completed within 365 calendar days after notice to proceed. A Invitation for Bids (IFB) will be issued to HUBZone contractors responding to this presolicitation notice. Contract award will be made on a firm fixed-price basis. The closing date and time for submission of bids will be contained in the solicitation package. The solicitation notices and any/all amendments will be posted and available for viewing and downloading at Army Single Face to Industry (ASFI) Website https://acquisition.army.mil/asfi/ at no charge. No paper copies will be issued. When the solicitation is posted, it is incumbent upon the interested parties to review the aforementioned site regularly for any updates/amendments to any and all documents. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be registered in the Central Contractors Registration (CCR) at www.ccr.gov. This action is 100% HUBZone Small Business Set Aside. Bidg Guarantee, Performance and payment bonds will be required. Bids shall be reviewed and considered by the Agency. This notice does not obligate the Government to award a contract; it does not restrict the Governments ultimate approach; nor does it obligate the Government to pay for any bid preparation costs. Point of Contact is Darryl Majors, (609) 562-5741, 5418 S. Scott Plaza, Fort Dix, NJ 08640 or darryl.majors@us.army.mil Tentative date for issuance of the IFB is on or about June 25, 2009. Tentative required date for receipt of proposals is on or about July 28, 2009. Tentative contract award date is on or about August 5, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ15/W911S109B0004/listing.html)
- Place of Performance
- Address: Army Reserve Contracting Center - East 5418 South Scott Plaza, Fort Dix NJ<br />
- Zip Code: 08640-5097<br />
- Zip Code: 08640-5097<br />
- Record
- SN01838132-W 20090609/090607233029-48c480310b16ac85609cb480655cdd8e (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 |