SOLICITATION NOTICE
Z -- TFI-Upgrade Engine Shop & BRAC-Upgrade A-10 Engine CIRF
- Notice Date
- 9/3/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 103 FW/LGC, Bradley ANG Base, 100 Nicholson Road, East Granby, CT 06026-9309
- ZIP Code
- 06026-9309
- Solicitation Number
- W91ZRS-09-R-0009
- Response Due
- 9/24/2009
- Archive Date
- 11/23/2009
- Point of Contact
- Thomas Tortorella, 860-524-4840
- E-Mail Address
-
103 FW/LGC
(thomas.tortorella@ng.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W91ZRS-09-R-0009. This pre-solicitation notice is for a proposed construction project to provide all plant, labor, transportation, materials, equipment, supervision, and appliances necessary to complete the proposed project at the Connecticut Air National Guard (ANG) Base, East Granby, CT in strict compliance with plans and specifications. Project CEKT069119 and CEKT059160, TFI-Upgrade Engine Shop & BRAC-Upgrade A-10 Engine CIRF consists of the following: - Addition and renovation of current 11,700 (approximate) square foot Engine Shop facility. Includes a 22,400 (approximate) square foot addition of a steel framed high bay facility with standing seam metal roof, architecturally compatible exterior brick walls with metal siding above on a reinforced concrete foundation with an increased depth reinforced concrete floor slab. End product will be a 34,000 square foot properly sized and configured engine shop to support the unit assigned mission of providing an engine Centralized Intermediate Repair Facility (CIRF) capability and also provide the capability for a Joint Cargo Aircraft (JCA) beddown. - Facility will provide open shop work areas, storage areas and administrative and training areas. Project includes the install of adequate heating and ventilation, electrical supporting system, fire protection, overhead crane systems and roll up doors for vehicle and engine trailer access. The project includes the relocation of site utilities, road and parking areas. Also includes the upgrade of existing engine shop finishes, HVAC systems, electrical systems and provide fire protection systems. The magnitude of construction for this project is between $5,000,001 and $10,000,000. The construction schedule and major elements of the project will be closely coordinated with the Base Civil Engineer. The estimated construction performance period is 365 calendar days after acknowledgement of Notice to Proceed (NTP). Payment and Performance Bonds are required for this project. The solicitation will be issued on or about 16 September 2009. Past Performance and Price Proposal will be due on or about 16 October 2009. Award of Options is contingent upon availability of funds. The Government anticipates awarding options at time of award. A firm fixed price contract will be awarded under Source Selection procedures as specified in the solicitation. Evaluation factors include Past Performance and Price. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The Government intends to award without discussions. Funding is currently not available for this acquisition at this time. The North American Industry Classification System (NAICS) code applicable to this project is 236220. The applicable small business size standard (to be considered as a small business) including affiliates is not more than Thirty Three Million Five Hundred Thousand dollars ($33,500,000) average annual revenue for the previous three years. This project will be solicited as a TOTAL SET ASIDE FOR SMALL BUSINESS. 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 RFP and associated information, plans and specifications will be available from the EBS website at http://www.fbo.gov. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the website on-line at http://www.fbo.gov. 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) in order to view or download the plans or drawings from the web site. 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.fbo.gov for electronic downloading. This will 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 RFP. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06-1/W91ZRS-09-R-0009/listing.html)
- Place of Performance
- Address: 103 FW/LGC Bradley ANG Base, 100 Nicholson Road East Granby CT
- Zip Code: 06026-9309
- Zip Code: 06026-9309
- Record
- SN01939354-W 20090905/090904000710-8f6f5fe1800795cf135b020db00e6672 (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 |