Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
MODIFICATION

Y -- Construct Remote Piloted Aircraft Operations Center (RPA), Distributed Communications Ground System (DGS), and Targeting Intelligence Production Squadron (IS) Sensitive Compartmentalized Information Facility (SCIF) - Amendment 3

Notice Date
5/4/2017
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Arkansas, Camp Robinson, North Little Rock, Arkansas, 72199-9600
 
ZIP Code
72199-9600
 
Solicitation Number
W912JF-17-R-0002
 
Archive Date
5/31/2017
 
Point of Contact
Edward L. Porter, Phone: 5012124401
 
E-Mail Address
edward.l.porter.civ@mail.mil
(edward.l.porter.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment Document Changes 32 31 13 14 24 00 12 22 00 10 51 55 10 22 19 08 41 13 08 33 23 07 60 00 S102 EL101 Manhole, Turnstile, Security System Info Questions and Answers The USPFO for Arkansas, located at Camp Joseph T. Robinson, North Little Rock, Arkansas, is issuing a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of a 40,000 SF Sensitive Compartmentalized Information Facility (SCIF) at the Air National Guard Facilities located at the Fort Smith Municipal Airport in Fort Smith, Arkansas. Project to be LEED Silver Certified. Construction services will consist of, but is not limited to, site work, carpentry, electrical, mechanical, HVAC, plumbing, masonry, roofing, painting, and concrete work. The new facility will combine the operational missions of the Remote Piloted Aircraft Operations Center (RPA), Distributed Communications Ground System (DGS), and Targeting Intelligence Production Squadron (IS) the consolidated 3 missions will operate in the Sensitive Compartmentalized Information Facility (SCIF). The facility will be utilized for both operational missions and training activities for all three operations. The facility has been designed to Department of Defense (DoD), Air Force, and base design standards. In addition to a base price for the work describe above the solicitation includes Government Options for this project. 1. Folding Partitions 2. Concrete Entry 3. Cell Phone Cubbies 4. Mat Inserts 5. Demountable Partitions 6. Windows on South Wall of Building. Magnitude of the project is between $10,000,000 and $25,000,000. Construction/contract completion time is 730 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236210. 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 date for the preproposal conference is 13 April 2017, 9:00 a.m. local time at the 188th CES Building 450, at Fort Smith, Arkansas. 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 May 16, 2017 at 3:00 pm Central Time. Actual dates and times are 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) 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 Fort Smith Municipal Airport, Fort Smith, Arkansas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03/W912JF-17-R-0002/listing.html)
 
Place of Performance
Address: ANG Facilities, Fort Smith Municipal Airport, Fort Smith, Arkansas, 72903, United States
Zip Code: 72903
 
Record
SN04495623-W 20170506/170504234753-82962008330247470e2804d674a33940 (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.