SOLICITATION NOTICE
Z -- Repair Avionics Building 331, Kingsley Field Air National Guard Base, Klamath Falls, Oregon.
- Notice Date
- 3/11/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- W912JV-10-B-0001
- Response Due
- 4/28/2010
- Archive Date
- 6/27/2010
- Point of Contact
- Jody Owens, 503-584-3773
- E-Mail Address
-
USPFO for Oregon
(jody.owens@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO for Oregon intends to issue an invitation for Bid (IFB) to award single firm fixed price contract for Project Number KJAQ072158, Repair Avionics Building 331, Kingsley Field Air National Guard Base, Klamath Falls, Oregon. Construction services will consist, but is not limited to (1) Removal of asbestos floor tiles and mastic (2) Install new floor coverings (3) Reconfigure and refinish interior walls in offices, shop areas, vault, restrooms, storage areas and break room to provide more efficient work spaces (4) Replace lighting with new energy efficient fixtures (5) Reconfigure crane rails in shop space (6) Insulate ceiling tiles (7) Replace windows with new thermo type Low E windows (8) Remove and replace vintage air handler and ductwork with energy efficient HVAC unit (9) Reconfigure and repair restrooms (10) Install water miser restroom fixtures (11) Install electrical smart meter (12) Upgrade to new AT/FP standards. A Critical Path Method Schedule is required for this project In addition to a base price for the work describe above the solicitation includes Government additive Bid Items for this project: 1. Priority 1 - Replace existing chiller with new 2. Priority 2 - Remove and replace existing electrical panels 3. Priority 3 - Remove and replace existing panel feeders 4. Priority 4 - Provide new windows on south wall of facility 5. Priority 5 - Provide horizontal cabling and its connecting hardware. The magnitude of construction for this project is $1,000,000.00 - $5,000,000.00. This is a total small business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 236220. The small business size standard for this NAICS is 33.5 million average annual revenue for the previous three years.. Construction/contract completion time is anticipated to take approximately 210 calendar days after notice to proceed to include substantial completion inspection, completion of punchlist, final acceptance and close-out. There are liquidated damages associated with this project. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees applies to this project. The tentative date for issuing the solicitation is on or about 19 March 2010. The tentative date for the pre-proposal conference is on-or-about 1 April, 2010 @ 1:00 p.m. P.S.T at the 173d Base Civil Engineering Office located on the Kingsley Field Air National Guard Base. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The bid opening date is scheduled for on-or-about 28 April 2010 and will be conducted at the USPFO for Oregon located at the Oregon Military Department in Salem, Oregon. Last day to submit request for Information or the proposal Inquiry for is seven (7) days before bid opening. Actual dates and times will be identified in the solicitation. The Government intends to award without discussions. Interested bidders 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 (FedBizOpps) website at https://www.fbo.gov/. All contractors and subcontractors interested in this project must register at this site. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders who have registered with FedBizOpps must access the data for this solicitation by way of the link issued with the solicitation. Bidders/Offerors cannot log onto the FedBizOpps home page and search for data. 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 Federal Business Opportunities (FedBizOpps) website 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 USPFO for Oregon 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. Place of performance is the Kingsley Field Air National Guard Base, Klamath Falls, Oregon.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-10-B-0001/listing.html)
- Place of Performance
- Address: Kingsley Field Air National Guard Base 221 Wagner Street Klamath Falls OR
- Zip Code: 97603
- Zip Code: 97603
- Record
- SN02089146-W 20100313/100311234558-b55d9f749bcf983cba35902a68d5ea49 (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 |