Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
SOLICITATION NOTICE

Z -- Repair Squadron Operations Bldg 5008

Notice Date
4/12/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 126 MSG/MSC, IL ANG, 2101 GOLF COURSE ROAD, SCOTT AFB, Illinois, 62269-5000, United States
 
ZIP Code
62269-5000
 
Solicitation Number
W91SMC-17-R-2620
 
Point of Contact
TAMMY Y KNOWLES, Phone: 6182225112
 
E-Mail Address
tammy.y.knowles.mil@mail.mil
(tammy.y.knowles.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL: The Illinois Air National Guard located at the 126th Air Refueling Wing, Scott AFB, IL and the USPFO for Illinois intend to issue a Request for Proposal (RFP) W91SMC-17-R-2620, to award a single, firm fixed-price (FFP) construction contract. The project consists of repairing the existing Squadron Operations facility for the 126th Air Refueling Wing at Scott AFB, IL. DESCRIPTION OF PROJECT: Provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to provide an overall upgrade to the facility including repairing standing seam roof and replace thermoplastic membrane of existing flat roof, replace loading dock ramp and associated safety measures, communication equipment support, pavement, extensions and adjustments to the existing floor plan to allow for a more utilized building, HVAC system upgrades to geothermal, interior finish upgrades and structural repair due to seismic classification rezoning. Renovation to include interior walls, ceilings, flooring, electrical systems, plumbing, fire detection and suppression, communication support, mechanical and HVAC systems and all other applicable utilities. Seal the exterior masonry walls and caulk all joints as necessary to prevent water infiltration. OPTIONS: Options will be used for this project in addition to the previous work described. There will be a total of three (3) options. Options are as follows: 1. Office glass wall system 2. Motorized window roller shades 3. Upgrade Auditorium Finishes PLACE OF PERFORMANCE: 126th Air Refueling Wing, Scott AFB, IL. PERIOD OF PERFORMANCE: The construction/contract completion time is 180 calendar days from notice to proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) FFP construction contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a 100% small business set-aside. The small business size standard is $36.5 million average annual revenue for the previous three (3) years. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204. LIMITATIONS ON SUBCONTRACTING: Your attention is directed to FAR clause 52.219-14 (b)(3) 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. KEY DATES: The tentative date for issuing the solicitation is on or about 28 April 2017. The tentative date for the pre-proposal conference is on or about 11 May 2017, 2:00 p.m. CDT and/or 16 May 2017, 9:00 a.m. CDT at the 126th Civil Engineer Squadron, Illinois Air National Guard Base, Scott AFB, IL. The solicitation closing date is scheduled for on or about 30 May 2017. Interested contractors are encouraged to attend the pre-proposal conference and should register in accordance with the requirements to be provided in the upcoming solicitation for clearance to the facility. A site visit will follow each pre-proposal conference. Directions and instructions for entering the base will be provided in the solicitation package. Actual dates and times will be identified in the solicitation. THIS NOTICE IS NOT A SOLICITATION. SOURCE SELECTION: 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 Past Performance, Technical and Price. The Government intends to award without discussions. SYSTEM FOR AWARD MANAGEMENT: Interested offerors must be registered in the System for Award Management (SAM). Firms can register via the SAM internet site at http://www.sam.gov. You will need your DUNS number register. Instructions for registering are on the web page. FEDBIZOPPS: 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 AND ARE ENCOURAGED TO START THE REGISTRATION PROCESS NOW. 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 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. 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 will be located on the official government web page at the time the solicitation is posted and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the Federal Business Opportunities web site. 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 offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be sent via email to SMSgt Tammy Knowles at tammy.y.knowles.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-1/W91SMC-17-R-2620/listing.html)
 
Place of Performance
Address: 2151 Golf Course Road, Bldg 5008, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN04469940-W 20170414/170412234729-a95e2b0d22b4c17c13e764022de9413e (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.