Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
MODIFICATION

Z -- Repair Building 2945 NGCB 142102 - Solicitation 1

Notice Date
5/1/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Nebraska, 1234 Military Road, Lincoln, Nebraska, 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W9124317R0001
 
Point of Contact
Carrie Hancock, Phone: 4023908255, Danielle Nuss, Phone: 4023098269
 
E-Mail Address
usaf.ne.155-arw.mbx.uspfo-contracting@mail.mil, usaf.ne.155-arw.mbx.uspfo-contracting@mail.mil
(usaf.ne.155-arw.mbx.uspfo-contracting@mail.mil, usaf.ne.155-arw.mbx.uspfo-contracting@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The USPFO for Nebraska, located at the Lincoln Air National Guard Base, Lincoln, Nebraska, has issued a Request for Proposal (RFP) to award a single firm fixed-price contract for CONSTRUCTION OF THE REPAIR BUILDING 2945, SQUADRON OPERATIONS AT THE LINCOLN AIR NATIONAL GUARD BASE, LINCOLN, NEBRASKA. The entire project is required to be LEED® Silver Certified to include all design, registration and certification by the contractor. Construction services will consist of the construction of the project includes but is not limited to a major gut and renovation of the interior space and building systems for Building 2945. The Command Post in this building will be relocated by the government to a temporary location off site during the renovation work. The existing Command Post must remain fully operational until the temporary location is up and running. Contractor shall coordinate directly with the government through the Contracting Officer when the existing Command Post area of the existing building can be removed. It is the governments intent to have the Command Post moved before the Contractor take possession of the site, but this must be confirmed and coordinated with the government since it is a 24/7 facility. At the completion of the project when the Command Post in the new design is finished and fully operational the Contractor will coordinate with the government the move of the Command Post back into this building at Substantial Completion of the project. The renovation shall include all new HVAC systems, controls, equipment and appurtenances as indicated, plumbing includes domestic cold and hot water, sanitary sewer, and storm system, existing below grade sanitary sewer and storm sewer piping shall be reused and modified as necessary to provide properly sized connections of new plumbing fixture locations throughout the building, fire protection systems, electrical improvements, power, emergency power, lighting, lightning protection, electronics, antiterrorism/force protection requirements, windows, doors, hardware, translucent panels, adhered EPDM (white) roofing, insulations, flashings, sealants, paints, porcelain tile, toilet partitions, floor sealants, gypsum board, metal studs, ATC, toilet accessories, signage, etc. Exterior work includes but is not limited to a reroof of the roof areas, brick, masonry repointing, masonry repair and cleaning, parking, paving, fencing, and signage upgrades. Offerors are provided notice that a minuscule amount of hazardous material remediation will be required. The base price for the work describe above includes CLINs 0001 - 0005; the solicitation includes 4 Options for this project, identified as the following CLINs within the solicitation: CLIN 1001: Option #1 - Ducted Return HVAC; CLIN 1002, Option #2 - Upgrade Auditorium Finishes; CLIN 1003, Option #3 - Tuck Point Masonry; and CLIN 1004, Option #4 - Storm Water Piping. All options are anticipated to be exercised at the time of award if funds are available. The Magnitude of the project is between $5,000,000 and $10,000,000. The Option to award later is also included in the requirement up to 60 days after award of the contract. Construction/contract Period of Performance is 365 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 opportunity is solicited as a competitive 8(a) set- aside with restrictions per the Acceptance Letter and assigned SBA Requirement Number 0766/17/701832/01 the SBA Nebraska District Office has determined that competition will be limited to 8(a) firms located within the geographical area serviced by SBA's Region VII, which includes the states of Missouri, Iowa, Nebraska and Kansas, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The small business size standard is $36.5 million average annual revenue for the previous three years. Monaco Fire Alarm Panels are identified as sole source/brand name specific for compatibility to the existing Base Fire Station requirements and standards (noted justifications will be included with solicitation). 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 date for issuing the solicitation is 1 May 2017. The date for the pre-proposal conference is on 11 May 2017, 9:30 a.m. local time at the 155th CES Building 635, 2945 W. Furnas Ave. at the Lincoln Air National Guard Base, Lincoln, Nebraska. Interested offerors 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 31 May 2017. 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 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) Marketing Partner Identification Number (MPIN), 2) DUNS Number and 3) CAGE Code. 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 Lincoln Air National Guard Base, Lincoln, Nebraska.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/W9124317R0001/listing.html)
 
Place of Performance
Address: 2433 NW 24th St., Lincoln, Nebraska, 68524, United States
Zip Code: 68524
 
Record
SN04491452-W 20170503/170501235020-708d5ce4448f8cb0959cdfbf7b9500d7 (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.