Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
MODIFICATION

Y -- Range Ops Support Building, Range General Purpose Maintenance Building, and SOF CNS Joint Ops Planning, Melrose Air Force Range, Cannon Air Force Base, Curry County, New Mexico

Notice Date
11/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-16-R-0028
 
Archive Date
12/24/2016
 
Point of Contact
Karen Irving, Phone: 505-342-3356
 
E-Mail Address
karen.k.irving@usace.army.mil
(karen.k.irving@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Range Ops Support Building, Range General Purpose Maintenance Building, and SOF CNS Joint Ops Planning, Melrose Air Force Range, Cannon Air Force Base, Curry County, New Mexico The proposed procurement is a Small Business Set-Aside Best Value Lowest Price Technically Acceptable (LPTA) Request For Proposal (RFP), and thus open to small businesses only. NAICS is 236220/SIC 1541, with a size standard of $36,500,000.00. The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. Bonding will be required for this acquisition. Offerors attention is directed to Section 00100 in the Solicitation for information regarding the tour of the site. Plans will be issued on or about 8 November 2016, with proposals due on or about 9 December 2016. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. THE PROJECT consists of the following: SOF Joint Operations Range Planning Facility: Construction of an approximate 7,000 SF pre-engineered metal building with reinforced concrete foundation and floor slab, insulation, and a sloping metal roof. Functional areas include a multi-use open bay for use as: team rooms, classrooms, joint operations center area and/or a large briefing area. Project includes site work, utility work, concrete, mechanical, internal mechanical room, 3-phase power, electrical, automatic heat detection and alarm systems, door systems, lightning protection system, communications, unimproved parking, landscaping and all other necessary supporting infrastructure. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. Antiterrorism/force protection measures will be included in accordance with Unified Facilities Criteria (UFC) 4-01001, DOD Minimum Antiterrorism Standards for Buildings dated 9 February 2012. Range General Purpose Maintenance Facility: Construction of a maintenance facility comprised of a pre-engineered metal building with reinforced concrete foundation and floor slab, insulation, and a sloping metal roof. This approximately 5,000 SF facility will include: an administration area with two main offices; 2 open bays for vehicle maintenance (up to road grader or very large tractor, JD 9600 8 wheel) size; storage of construction materials, chemicals, parts, and range target drones; insulated roll-up doors with electric operators and concrete access aprons. The floor plan will include restroom facilities and a kitchen area. One bay will include the installation of a lube pit with stairs, and the other bay will include a welding booth with exhaust hood, HAZMAT control area, and fuel/gas storage racks. The maintenance bay will include required ventilation and eyewash stations. The project includes utilities and installation, lightning protection, installation tying in of all communications (secure and non-secure) with antenna pad, fire detection, HVAC, pavements including parking, site improvements, landscaping and all other necessary supporting infrastructure. A septic system and associated piping, and potable water storage tanks and a booster pump will be shared with the Range Operations Support facility. Project will include all portable water piping, valves, and appurtenances. Force protection measures will be implemented as necessary. This project will comply with DOD antiterrorism/force protection requirements. Range Operations Support Facility: Construction of an approximate 5,500 SF pre-engineered metal building with reinforced concrete foundation and floor slab, insulation, and a sloping metal roof. Functional areas include open administration offices, foyer, briefing room, communication room, break room, men's and women's restrooms. Building will be equipped with air/heat for all offices. Project includes utilities and installation, lightning protection, installation and tying in of all communications (secure and non-secure) with antenna pad, fire suppression, HVAC, backup generator (bid option) with pad, pavements including parking, site improvements, landscaping and all associated facility support. A septic system and associated piping, and potable water storage tanks and a booster pump will be shared with the Range General Purpose Maintenance facility. Project will include all portable water piping, valves, and appurtenances. This project will comply with DOD antiterrorism/force protection. THE PROJECT will be advertised as a Request for Proposal. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm that represents the best value to the Government. The proposed procurement will result in a firm-fixed price contract. Questions of a technical nature should be addressed to Ms. Eileen Shannon at (505) 343-6264 or e-mail at: Eileen.l.shannon@usace.army.mil. OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors' responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FedBizOpps website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. Offerors are encouraged to post notices of prospective subcontracting opportunities on the FedBizOps website at www.fbo.gov. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-16-R-0028/listing.html)
 
Place of Performance
Address: Melrose Range - CAFB, clovis, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04322763-W 20161110/161108234217-fd01f1b01630311dd0f9eef7b343599b (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.