Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
MODIFICATION

Y -- Construct a Launch Recovery Element Building

Notice Date
12/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 174 FW/LGC, 6001 E. MOLLOY ROAD, SYRACUSE, New York, 13211-7099
 
ZIP Code
13211-7099
 
Solicitation Number
W912PQ-12-B-0001
 
Archive Date
1/25/2012
 
Point of Contact
Sandra L Fisher, Phone: 3152332130, Leanne S Holmes, Phone: 3152332591
 
E-Mail Address
sandra.fisher@ang.af.mil, leanne.holmes@.ang.af.mil
(sandra.fisher@ang.af.mil, leanne.holmes@.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 174 Fighter Wing Air National Guard, Syracuse, New York has been tasked to solicit for and award a project entitled Launch Recovery Element (LRE) located at Ft Drum, NY 13602. This solicitation will be issued as an Invitation for Bid (IFB) on or about 12 Dec 11 which will result in the award of a single firm-fixed price (FFP) construction contract. The general scope of work requires the contractor to provide all labor, materials, equipment, appliances, services and incidentals necessary for layout, installing, and performing the work to construct as shown on the Contract Drawings and as described in the Specifications. Construction Services to be performed under the firm fixed price contract which consists of two phases. Phase 1 which will be to erect a 12,000 SF of aircraft maintenance space and 1,800 SF for administrative/utility space and includes all electrical, mechanical and plumbing which will be broken down in the solicitation. Phase 2 has this space including a fixed crane system to facilitate vertical movement of aircraft parts and equipment in the hangar area. A securable tool room with support counter for controlled distribution of tools and equipment will be accessible from the hangar floor. Administrative space will provide appropriate power and communications connections. Provide apron area in front of the building for engine runs, tie downs, electrical grounding points and pre-flight inspections. Area size shall be approx. 15,000 SF. Additionally providing a pad for "SUN SHADES" (government equipment items) at 3 locations as well as the trailer (GCS) (348" L X 96" W X 99" H) requires a 20 ft X 40 ft minimum area plus a generator pad. The trailer (GCS) requires fiber and copper communications media, as well as connection(s) to be run to the antenna location. Additionally provide: a tow road from hangar to existing taxiways. Tow road shall be between 22 ft wide and approximately 1,500 linear feet to accommodate for the MQ-9 wingspan of 66 ft and clearance for snow removal. The administrative office space shall include: (1) office, break room area, tool room accessible from the hangar floor, and men's & women's restrooms with showers. Provide parking area for privately owned vehicles (POVs) outside of the restricted flight line area. Provide access for 53 ft tractor trailer to be used for deliveries. All utility hooks up are in this phase. This is an Air National Guard (ANG) facility being installed on an active duty Army installation. Expect coordination between the COR and Public works of Ft. Drum. Coordination will range from access to the installation to how to obtain answers to request for information (RFI's) that are responsibility of both ANG and Ft. Drum. The project includes but is not necessarily limited to providing site preparation and improvement consisting of clearing, grubbing and excavation to include drainage. Provide asphalt and concrete pads. Pad for (1) government installed trailer (GCS). Pad for (2) government installed sunshades. Sunshades may be roof and 4 posts, tension fabric or fully enclosed. Sunshade design will not change the pad specified in drawings and specifications. Provide access road(s) and parking lot(s). Provide aircraft tow road and lighting to tow road. Provide exterior utilities. Provide interior walls, floors, and ceiling finishes. Provide manual standby power connection capability. Location of work will be at Ft Drum Army Base located at 2074 Hangar Access Rd, Ft Drum, NY 13602. Work will be conducted in strict accordance with contract and all applicable Federal, State, and local laws, regulations, codes, and directives. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is 180 calendar days after receiving Notice to Proceed. This procurement is 100% set aside for Small Business concerns. All other firms are deemed ineligible to submit bids. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. The Small Business Size Standard for this acquisition is $33.5 Million. An organized site visit is tentatively scheduled for 28 Dec at 0930 at the job site. A firm date and time will be incorporated in the solicitation documents. Due to security concerns, firms attending the site visit should contact the Base Civil Engineer to schedule attendance. The Base Civil Engineer is MAJ James Oaksford (315)233-2446 or e-mail to james.oaksford@ang.af.mil. Bids are due to the following address on or about 19 Jan 2012 at 13:30 EST: 174 Fighter Wing ATTN: MSC 6001 E Molloy Rd Syracuse NY 13211 ATTN: Sandra Fisher All documentation relevant to this solicitation will be distributed electronically via the FBO website. The solicitation, specification and drawings will be uploaded to the FBO website for electronic downloading. No paper copies will be issued. Any amendments to the solicitation will be posted to the FBO website. Interested bidders should check the FBO website frequently for any amendments to the solicitation. Performance and Payment Bonds in the amount of 100% of the contract price will be required of any prospective awardee. A bid bond in the amount of 20% of the bid price is also required. Facsimile or e-mail bids ARE NOT allowed by the terms of the solicitation and will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-5/W912PQ-12-B-0001/listing.html)
 
Place of Performance
Address: 2074 Hangar Access Rd, Ft Drum, New York, 13602, United States
Zip Code: 13602
 
Record
SN02634141-W 20111208/111206234257-3c3bf939f2a9610d9130d44a79021ab6 (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.