SOLICITATION NOTICE
Z -- Project 120046 Renovate for AFMC A2/5J Consolidation, Building 10262 - Contractor Control of Plans
- Notice Date
- 5/2/2014
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-14-R-0040
- Point of Contact
- Devon W. Banks, Phone: 9375224640, Kevin D. Parks, Phone: 937-522.4545
- E-Mail Address
-
devon.banks@us.af.mil, kevin.parks.1@us.af.mil
(devon.banks@us.af.mil, kevin.parks.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor Control of Plans Presolicitation Notice: FA8601-14-R-0040 This notice is posted in accordance with FAR 5.2 and 36.213-2. This RESTRICTED ACQUISITION is set aside - Small Business The NAICS code is 236220 and the Size Standard is $33.5M. In accordance with FAR 4.1102 and DFARS 252.204-7004, Alternate A, System for Award Management (SAM), contractor must be registered in SAM prior to award. Offerors may obtain information on registration at https://www.sam.gov. SOLICITATION NUMBER: FA8601-14-R-0040 Renovation of approximately 15,900 GSF of existing facility space at Wright-Patterson AFB. Renovation is to include but not limited to selected demolition and abatement, general construction, plumbing, fire protection, HVAC, electrical, and information technology work. The majority of renovated areas will be used for administrative office space, complying with ICD 705 security requirements. The scope of this project requires the contractor to adhere to strict, well-coordinated schedules, and a need to maintain meticulously kept work sites, material storage, and staging areas. Also, the contractor is required to incorporate efficient delivery routes throughout the complete project site and interior areas to prevent impacts to occupants and project delays. The majority of the renovation is required to meet ICD 705 security standards and therefore attention to security details and coordination with the government will be required for inspection and certification of the spaces. Contractor will also be required to coordinate with other installers including but not limited to the intrusion detection system installer, furniture installer, and comm. wiring installer. When the solicitation is placed on FBO.gov for download it is treated as a secured project therefore you must follow the steps on FBO to be granted access to download. Access to download from FBO.gov will be granted to Prime Contractors only. Third-party vendors will NOT be granted access. To download documents that are designated as "export controlled," you must be certified as a U.S. contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Certification for ICD 705 security requirements is obtained by submitting a DD Form 2345 to the Defense Logistics Information Services Joint Certification Program (JCP). The JCP certifies contractors of U.S. and Canada for access, on an equally favorable basis, to unclassified technical data disclosing critical technology controlled by Department of Defense (DoD). The DD Form 2345 can be found at http://www.dlis.dla.mil/jcp/. Also, you must complete the attached memo "Contractor Control of Plans" and return to the contract specialist, prior to being granted access to download from FBO. For answers to questions you may have regarding the certification process please see the FAQ's on DLIS website: http://www.dlis.dla.mil/JCP/Faq.aspx#Q2 The Air Force intends to award a contract with a 300 day period of performance. The estimated magnitude of the entire contract is between $1,000,000 and $5,000,000. NOTES: 1. The solicitation with the official specifications and drawings will be available on the World Wide Web on or about 10 June 2014, at http://www.fbo.gov, The tentative date for receipt of proposals is 10 July 2014. The period of performance is 300 days. 2. Hard copies of the solicitation will not be provided. You may, however, download and print the file from the web site www.fbo.gov. 3. There is no fee for this solicitation. 4. A registration page will be attached to the web site. You are not required to register. However, when you register, you will receive notice of any amendments and/or addenda that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the web site for any changes to the solicitation. 5. You shall provide a signed copy of the SF 1442 and acknowledge and/or sign all amendments at the time and place specified in the solicitation for receipt of proposals. There will not be a public opening. Sealed envelopes containing proposals shall be marked to show the offeror's name and address, the solicitation number, and the date and time proposals are due. 6. Contractors shall be capable of securing bonding for the total proposed amount. 7. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with these contractors. 8. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." If funding is not available by 31 Dec 14 the solicitation will be cancelled. An award prior to 30 Sep 14 would require the contractor to begin performance within 90 days of award date in order to meet Bona Fide Need. This is a WPAFB Construction Contracting (PZIOC) program. The current status is Pre-Solicitation and it is a Category Z - Maintenance, repair, and alteration of real property program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-R-0040/listing.html)
- Place of Performance
- Address: Facility 10262, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03355606-W 20140504/140502234345-e5194037640b424c058f255585515238 (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 |