Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

Y -- ADD/ALTER WEAPONS RELEASE, BUILDING 805 AT BUCKLEY AFB, AURORA CO

Notice Date
6/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-10-B-0001
 
Response Due
8/18/2010
 
Archive Date
10/17/2010
 
Point of Contact
Patricia A. McCausey, 720-847-8681
 
E-Mail Address
USPFO for Colorado
(patty.mccausey@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Colorado Air National Guard and the USPFO for Colorado located in Aurora CO intend to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to complete the project for Add/Alter Weapons Release Building 805 at Buckley AFB. In general, the scope of the project consists of complete construction of an addition of approximately 4,100 gross square feet to the Weapons Release Facility (Building 805) and alterations to the existing facility which is approximately 12,100 gross square feet. The project will be completed within the U.S. Green Building Council New Construction and Major Renovation Version 2.2 guidelines to obtain a Leadership in Energy and Environmental Design (LEED) Silver Certification. The scope of the project includes demolition of on-site structures and utilities, site work with asphalt paved parking areas, finish grading, drainage, landscaping, all excavation and filling requirements to bring grade to indicated levels, geothermal energy system, energy recovery system, lighting upgrades, and roof replacement. In addition, the scope includes removing, at the start of construction, equipment and furnishings from Building 805 and relocating said equipment and furnishings to Building 909, in locations designated by the Colorado Air National Guard (COANG). The COANG will install the equipment in Building 909. These furnishings and equipment will be operated and maintained in Building 909 by the COANG until the Contractor re-installs them in Building 805. At the completion of construction, said equipment and furnishings shall be returned from Building 909 and relocated in Building 805, in locations indicated on the Drawings. This requirement includes the following nine (9) Additive Bid Items (ABIs): ABI 1 Replace (E Concrete Floor Slab with sloped concrete and trench drains in areas indicated. Provide recessed floor mats at two man doors; ABI 2 Extend Crane Rail Track for western crane rail further into Storage 116 by approximately 15 feet; ABI 3 Provide and Install Furniture as indicate on Q111. This includes modular furniture, workstations, lounge chairs, break room tables and chairs, side table, task chairs and guest chairs. Provide full mock-up of furniture components for Government review; ABI 4 Include up to four (4) additional LEED Credits: MR Credit 4.1 (Recycled Content, 10%), MR Credit 5.1 (Regional Materials, 10%), EQ Credit 1 (Indoor Air Delivery Monitoring), and EQ Credit 6.1 (Controllability of Systems, Lighting); ABI 5 - Install Outdoor Pavilion (Specification Section 13125); ABI 6 Install Break Room Residential Appliances (Specification Section 11451). This includes range with oven and hood, dishwasher, microwaves (3) and refrigerators (2); ABI 7 Replace Exterior Windows on East Elevation. All windows to adhere to UFC 4-010-01 dated 8 October 2003, including change 1, 22 January 2007. (Specification Section 08800); ABI 8 Replace Exterior Windows on South elevation. All windows to adhere to UFC 4-010-01 dated 8 October 2003, including change 1, 22 January 2007. (Specification Section 08800); and ABI 9 Install Horizontal Louver Blinds (Specification Section 08800). Magnitude of the project is between $1,000,000 and $5,000,000. Construction/contract completion time is anticipated to take approximately 300 calendar 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 $33.5 million average annual revenue for the previous three years. This action is being procured as a TOTAL SMALL BUSINESS SET-ASIDE. The tentative date for issuing the solicitation is on/or about 16 July 2010. The tentative date for the pre-proposal conference is on/or about 28 July 2010. 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 solicitation closing date is scheduled for on/or about 18 August 2010. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the DOD Central Contractors 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 minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitation.asp. All contractors and subcontractors interested in this project must register at this site. The plans and Specifications will be available only from the FedBizOpps website on-line at http://fedbizopps.cos.com/. 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) and the FedBizOpps in order to view or download the plans and drawings from the website. 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 website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitation.asp 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 lost 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 via posting to the web. Place of performance is Buckley AFB, Aurora CO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-10-B-0001/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 66, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9564
 
Record
SN02178883-W 20100618/100616234711-ab0e8a2944d034d6d2421bdfff4db86e (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.