Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
SOLICITATION NOTICE

Y -- Maneuver Area Training Equipment Site (MATES) Addition - Package #1

Notice Date
7/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Puerto Rico, PO Box 34069, Fort Buchanan, Puerto Rico, 00934-4068
 
ZIP Code
00934-4068
 
Solicitation Number
W912LR-14-B-2003
 
Archive Date
9/3/2014
 
Point of Contact
Donna M. Phillips, Phone: 6013131896, Carlos Rivera, Phone: 78727776
 
E-Mail Address
donna.phillips1@us.army.mil, Carlos.Rivera38@us.army.mil
(donna.phillips1@us.army.mil, Carlos.Rivera38@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Exhibit J Site Visit Registration Form Exhibit E Bid Inquiry Form W912LR-14-B-2003 Solicitation PRE-SOLICITATION NOTICE WAS POSTED ORIGINALLY AS W912LR-14-R-0003. The USPFO for Puerto Rico, located at Fort Buchanan, Puerto Rico, intends to issue a Invitation for Bid (IFB) to award a single firm fixed-price contract for Construction of a Maneuver Area Training Equipment Site (MATES) Addition on the property of Camp Santiago Joint Maneuver Training Center, Project Number: 430070. Project to be LEED Silver Certified. Construction services will consist of all labor, materials, equipment and incidentals necessary to construct a state-of-the-art facility supporting the maintenance and training operations of the Puerto Rico Army National Guard and will consist of four(4) vehicular maintenance general purpose workbays, workbay egress circulation, bulky equipment storage. Building circulation and building mechanical, electrical, telecommunications and general support spaces to include a unisex toilet are also part of the facility. Site supporting facilities include site preparation, fine grading and seeding, stormwater/storm drainage management measures, rigid and flexible pavements, curbing, sidewalks, fire protection (excluding a fire pump), emergency generator hook-ups, utilities, and physical security measures. The facility will be designed and constructed in accordance with local and federal codes, requirements, standards, and National Guard Bureau (NGB) design guides. In addition to a base price for the work describe above the solicitation includes Government Options for this project are: 1. installation of fixed shelving in facility storage areas; 2. Installation of Integrated Lubricant Distribution System which includes tanks (located at Room #109), piping, and lubricant reels which also include pumps, piping, and storage tanks for collection of used oil and used engine coolant. Note: In-ground trench, Room #109 infrastructure, and Reel Stands within the work bays have been included within the Base Bid; 3. Installation of reinforced Rigid Concrete Pavement in-lieu-of the existing asphalt at the North Maintenance Work Bay maneuvering area; 4. Installation of reinforced Rigid Concrete Pavement in-lieu-of new heavy duty asphalt & new gravel/dirt access road at the South Maintenance Work Bay maneuvering area. Magnitude of the project is between $1,000,000 and $5,000,000. Construction/contract completion time is 670 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. This is a total small business set-aside. The small business size standard is $33.5 million average annual revenue for the previous three years. 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 17 July 2014. The tentative date for the pre-proposal conference is on-or-about 29 July 2014. Specific details will be posted in the solicitation. 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 19 July 2014. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in 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 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 15 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. This solicitation is not a competitive bid and there will not be a formal public bid opening. 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 FBO page 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 offeror's 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 at Camp Santiago, Puerto Rico.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA70/W912LR-14-B-2003/listing.html)
 
Place of Performance
Address: Camp Santiago Joint Maneuver Training Center, Salinas, Puerto Rico, 00751, United States
Zip Code: 00751
 
Record
SN03431421-W 20140723/140721234415-34976ff29f061902eb141b9dbebeb469 (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.