Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2014 FBO #4526
MODIFICATION

Z -- Alter Operations Facility at the 178th Fighter Wing of the Ohio Air National Guard located in Springfield, Ohio.

Notice Date
4/14/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
178 FW/MSC, 701 Regula Avenue, Springfield-Beckley Airport, Springfield, OH 45502-8785
 
ZIP Code
45502-8785
 
Solicitation Number
W9136414R0003
 
Response Due
5/31/2014
 
Archive Date
6/30/2014
 
Point of Contact
Jason McClean, 937.327.2310
 
E-Mail Address
178 FW/MSC
(jason.mcclean@ang.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The 178 Fighter Wing of the Ohio Air National Guard intends to issue an Invitation For Bid to award a single firm fixed-price contract for services, non personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, management, and supervision necessary for the quote mark renovation of a supply building at 178TH Fighter Wing in Springfield, OH (Clark County). This project will include renovation to an existing supply warehouse facility (Building 150) that will expand an existing 5,600 SF certified Sensitive Compartmentalized Information Facility (SCIF) by approximately 22,425 SF to provide final operating capability (FOC) for this SCIF. Work shall include addition of interior walls and utilities as required including electrical. SCIF areas will have elevated floors installed to give access to communications and power connections. Some modification of walls and the roof will be necessary to meet SCIF certification. This project also includes interior renovations to approximately 11,872 SF of existing NON-SCIF office space which includes restrooms to accommodate 254 personnel. Both SCIF and NON-SCIF areas will require mechanical, electrical and systems upgrades to include HVAC, plumbing, fire detection and fire suppression, and others as required by the project specifications. This project will provide all required exterior utilities, communications support, fencing, and required fire and security systems. This project will meet LEED Silver Certification and all required International Building Code, Ohio Building Code, UFC, ODOT, and other applicable construction codes or standards. The contract duration is 365 calendar days after NTP. quote mark This project is set aside 100% for 8(a) Small Businesses. The North American Industry Classification (NAICS) Code is quote mark 236220 quote mark, with a size standard of $33,500,000. The magnitude is between $5,000,000 and $10,000,000. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states quote mark By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract (not including the cost of materials) using its own employees quote mark applies to this project. The tentative date for issuing the solicitation is BETWEEN 01 MAY & 21 MAY, 2014. The tentative date for the pre-bid conference is BETWEEN 10 MAY & 31 MAY, 2014; location and time will be provided in the solicitation. Interested 8(a) program 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-bid conference. The bid opening date is PROJECTED TO TAKE PLACE BETWEEN 15 JUNE & 15 JULY, 2014. Actual dates and times will be identified in the solicitation. Plans and specifications will be provided with solicitation posting. As of May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) have migrated to System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. 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. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to 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. Place of performance is Springfield, Ohio, 45502.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-2/W9136414R0003/listing.html)
 
Place of Performance
Address: 178 FW/MSC 701 Regula Avenue, Springfield-Beckley Airport Springfield OH
Zip Code: 45502-8785
 
Record
SN03338116-W 20140416/140414234757-a084d6ff3f74b9debcb0b2a6806bbc55 (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.