Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2009 FBO #2760
MODIFICATION

Y -- Construct Fuel Cell Hangar

Notice Date
6/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Minnesota, USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM-09-R-0004
 
Response Due
8/15/2009
 
Archive Date
10/14/2009
 
Point of Contact
Colleen Dalquist, 320.616.2751<br />
 
E-Mail Address
USPFO for Minnesota
(colleen.dalquist@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to update dates and location for downloading the RFP, plans and specification. Please read the entire notice. The Minnesota Air National Guard located at Duluth, MN and the USPFO for Minnesota intend to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for construction services, to provide all plant, labor, transportation, materials, tools, equipment and supervision necessary to replace Fuel Cell Hangar at the 148 Fighter Wing, Duluth IAP, Duluth, MN. The Fuel Cell Hangar work includes, but is not limited to, Reinforced concrete floor and foundation walls with a structural steel frame, pre-cast concrete wall panels and a standing seam metal (SSM) roof system. Interior mechanical, electrical and fire suppression and detection systems, including high expansion foam (HEF) fire suppression. The fuel cell bay is to be of Class I Division II hazard classification which requires explosion-proof fixtures and devices, lightning protection and appropriately located grounding points throughout. Functional areas include the fuel cell hangar bay, tanker repair shop, tool room/bladder maintenance, administration, training room and supporting spaces such as a break area, restrooms, mechanical and communication space. Provide access pavements, aircraft apron, runoff pollution mitigation systems, exterior utilities, communications support and additional supporting site work and landscaping. Magnitude of the project is between $1,000,000.00 and $5,000,000.00. Construction/contract completion time is anticipated to take approximately 270 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 100% set-aside for Small Business concerns. The tentative date for issuing the solicitation is on or about 10 July 2009. The tentative date for the pre-proposal conference is on or-about 21 July 2009. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about 11 August 2009. 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. 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 to include the plans and specifications will be available from the Federal Business Opportunties website https://www.fbo.gov. All contractors and subcontractors interested in this project must register at this site. No telephone requests will be accepted. 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 FBO page at https://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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM-09-R-0004/listing.html)
 
Place of Performance
Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN<br />
Zip Code: 56345-4173<br />
 
Record
SN01845311-W 20090617/090615235340-73e7aba6f27b4f941879a64f63e423fe (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.