Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

Z -- Repair / Remodel Operations Facility - Sources Sought Information Request Form

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Nevada, 2452 Fairview Drive, Carson City, Nevada, 89701-6807, United States
 
ZIP Code
89701-6807
 
Solicitation Number
W9124X-16-R-0100
 
Archive Date
3/30/2016
 
Point of Contact
Brian L. Stanton, Phone: 7758877825, Dario M. Rissone, Phone: 7758877865
 
E-Mail Address
brian.l.stanton.mil@mail.mil, dario.m.risson.mil@mail.mil
(brian.l.stanton.mil@mail.mil, dario.m.risson.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Information Request Form Synopsis: a. This is a Sources Sought announcement for market research and planning purposes. This is not a Request for Proposals. The Nevada National Guard is conducting market research to garner interest and the capabilities of construction firms. b. Project Scope: The work includes selective demolition and repair of the existing Operations Facility Building and associated site improvements at the Nevada Air National Guard Base, Reno, Nevada. Site demolition includes the removal of existing site improvements, paving, and landscaping. Selective exterior building demolition includes portions of exterior masonry walls, steel and concrete roof structures, removal of existing doors and windows, removal of existing roofing and existing exterior plaster soffits. Selective interior demolition includes the selective demolition of existing concrete floors and concrete and masonry walls, ceiling and floor finishes; and the mechanical, plumbing, electrical and telecommunication systems. Site work includes the underground and overhead utility reconfiguration, grading, paving, and landscaping. Exterior building construction includes reinforced concrete footings, structural steel framing, reinforced concrete masonry walls, steel roof decking, cold-formed steel roof trusses and wall framing, masonry veneer, exterior wall finishes, aluminum and steel framed glazed openings, metal trim and accessories, thermal insulation, roofing, and mechanical and electrical building equipment and lighting. Interior construction will include stud framed and demountable walls, suspended ceilings, doors and hardware, floor finishes, mechanical, plumbing, electrical, lighting, security, fire protection, and telecommunication systems. c. Set asides and codes: The project is classified through the North American Industry Classification System (NAICS) under code 236220 Commercial and Institutional Building Construction with a size standard of $36.5M. d. The Government anticipates awarding a firm fixed priced contract. e. The estimated magnitude of this project is between $5,000,000.00 and $10,000,000.00 with an estimated period of performance of 365 calendar days from issuance of Notice to Proceed. f. The Government is considering the use of full and open competition procedures for this project. The Best Value Trade-off source selection process will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition will result in a single fixed price contract. g. Additional Information: All offerors will be required to submit a bid guarantee. Performance and payment bonds will be required after award of contract. This announcement does not restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. A contractor will neither be pre-qualified nor excluded from the competition base upon any information provided in reply to this announcement. h. A bidders list will not be generated from replies to this announcement. Contractors will not automatically receive the RFP package as a result of replying to this announcement. i. A pre-solicitation announcement will eventually be publicized at the Federal Business Opportunities website. An announcement is tentatively scheduled for late April, 2016. Contractors are responsible for monitoring the website for the pre-solicitation announcement and for any posted changes or amendments. j. Interested firms should complete the Sources Sought Information Request Form. Please return the completed sheets and other requested information to the contract specialist by email to brian.l.stanton.mil@mail.mil and cc dario.m.rissone.mil@mail.mil. Place the words Market Research for W9124X-16-R-0100 on the subject line of your message. Your response is requested by 1600 hours on March 15, 2016. Contracting Office Address: National Guard Bureau, USPFO for Nevada, Purchasing and Contracting Office, 2452 Fairview Drive, Carson City, NV 89701-6807. Place of Performance: Nevada Air National Guard Base, 1776 National Guard Way, Reno, NV 89502 Point of Contact(s): Brian L. Stanton: 775-887-7825 Dario Rissone: 775-887-7865
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26/W9124X-16-R-0100/listing.html)
 
Place of Performance
Address: Nevada Air National Guard Base, 1776 National Guard Way, Reno, Nevada, 89502, United States
Zip Code: 89502
 
Record
SN04032741-W 20160228/160226234603-fc2b7848c047f81eb7b9699c27fbb366 (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.