Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

Y -- Fuel Cell and Corrosion Facility - J&A-Advantor - J&A-N-Tech

Notice Date
7/22/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 177 FW/LGC, 400 LANGLEY ROAD, EGG HARBOR TOWNSHIP, New Jersey, 08234-9500
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN16R0002
 
Point of Contact
Jo Ann Ferguson, Phone: 6097616096, Johanna Paz, Phone: 6097616097
 
E-Mail Address
joann.ferguson11.mil@mail.mil, johanna.paz.civ@mail.mil
(joann.ferguson11.mil@mail.mil, johanna.paz.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification and Approval for N-Tech for the Fire Monitoring System Justification and Approval for Advantor IDS SINGLE SB SET-ASIDE WITH OPTIONS Document Type: Pre-solicitation Notice Solicitation Number: W912KN-16-R-0002 Classification Code: Y - Construction of Structures and Facilities Set-Aside: Small Business NAICS Code: 236220 - Commercial and Institutional Building Construction The 177FW located in 400 Langley Road, Egg Harbor Twp., NJ intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of a Fuel Cell and Corrosion Control Facility. Project to be LEED® Silver Certified. Construction services will consist of the construction of a 2-bay fuel cell and corrosion control facility utilizing conventional design and construction methods to accommodate the mission of the facility. The Work includes providing all labor, materials, equipment and incidentals necessary to construct a new, complete, and fully functional 21,100 square foot Fuel Cell and Corrosion Control Hangar in accordance with design plans and specifications. The new building envelope includes slab on grade construction, structural steel, metal wall panels, split face block exterior, SSMR and/or EPDM roofing, personnel doors, windows, and aircraft hangar doors. The Fuel Cell Maintenance Dock provides covered protected areas for fuel systems maintenance. Interior work includes administrative area fit out, proper heating, electrical, plumbing, compressed air systems, mechanical ventilation, fume sensing/alarm systems, fire suppression systems to include High Expansion Foam (HEF) systems, and wash-down drains. The Corrosion Control Hangar provides an environmentally controlled area to wash aircraft as well as hangar space for corrosion treatment and repair. Corrosion Control Shops are required for paint preparation, drying, abrasive blasting, mixing, and applying paint. Related administrative areas are required to support both fuel cell maintenance and corrosion control personnel. A separate environmentally-controlled building is required to safely store the blast media, cleaning supplies, tools, and stripping materials. A small but separate storage location is required to store hydrazine system maintenance materials, tools and equipment. Exterior work includes existing pavement demolition, site work, vehicle access pavements, aircraft pavements, underground utilities, fire protection utility and communications support. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. In addition to a base price for the work described above, the solicitation includes the following Government Options: Option 0001: Install Urethane Floors Option 0002: Install Translucent Panels Option 0003: Install Exterior windows and storefront Option 0004: Install a Standing seam metal roof Option 0005: Install demountable partitions Option 0006: Construct A.G.E. parking lot, relocate existing A.G.E. canopy and construct new storm water management facilities Option 0007: Remove and Replace existing SW entry gate with new automated gate and keypad The requirement also calls for sole sourcing for the Advantor Intrusion detection System as well as N-Tech as the Fire Monitoring Systems vendors (See attached J&As for further information). Magnitude of the project is between $10,000,000 and $25,000,000. Construction/contract completion time is 545 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 $36.5 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 30 September 2016. The tentative date for the pre- proposal conference is on-or-about 12 October 2016, 9:00 a.m. local time at the 177FW 400 Langley Road, Bldg. 52, Egg Harbor Twp., NJ 08234. 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 Noon, local time, 31 October 2016. 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. 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 online 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 177FW, NJANG Atlantic City, NJ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN16R0002/listing.html)
 
Place of Performance
Address: 400 Langley Road, Egg Harbor Twp, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN04192704-W 20160724/160722234153-3e7c214621365ae631933232125be3ef (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.