Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
MODIFICATION

Y -- Reconstruct/ADAL Fire Station

Notice Date
5/9/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 128 MSG/MSC WI ANG, GENERAL MITCHELL IAP ANG BASE, 1919 E. GRANGE AVENUE, MILWAUKEE, Wisconsin, 53207-6199, United States
 
ZIP Code
53207-6199
 
Solicitation Number
W912J2-17-R-2503
 
Archive Date
6/8/2017
 
Point of Contact
Dionne F. Holloway, Phone: 4149448466, Zachary R. Tevis, Phone: 920-427-7277
 
E-Mail Address
dionne.f.holloway.mil@mail.mil, zachary.r.tevis.mil@mail.mil
(dionne.f.holloway.mil@mail.mil, zachary.r.tevis.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The 128 th Air Refueling Wing, Wisconsin Air National Guard contracting office in Milwaukee, WI intends to issue one Request for Proposal (RFP) to Renovate Fire Crash Rescue Station and ADAL Fire Crash Rescue Station. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities and other related work. All work will be in accordance with design requirements, specifications and drawings provided within the master specifications. This solicitation will result in a single construction contract for both renovation and new construction. The North American Industry Classification System (NAICS) code for this work is 236220. The size standard for this acquisition will be unrestricted using full and open competition procedures. Any responsible firm may submit an offer. The disclosure of magnitude for this project is between $1,000,000.00 and $5,000,000.00. The anticipated contract will consist of a Base Award Period of Performance of 18 months with contract options included. These contract options will include epoxy flooring, apparatus bay construction, tuck-pointing exterior structure and communications. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation with Past Performance and Technical being of equal weight, but when combined, are significantly more important than Price. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. It is anticipated that the solicitation will be available before 16 June 2017. A Pre-proposal conference will be scheduled and included in the solicitation requirements. Details for registering for the conference will be available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending, for clearance into the facility. The solicitation closing date will be roughly 30 days after the posting of the solicitation, and the preproposal conference will occur sometime while the solicitation is open. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be posted to FedBizOpps. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/ You will need your DUNS number in order to register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities website (FedBizOpps.gov or fbo.gov). Contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. 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) SAM Registration 2) DUNS Number and CAGE Code 3) Telephone Number 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. 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 12 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. 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. If you have any questions concerning this procurement you are encouraged to Email your questions to dionne.f.hollowayl.mil@mail.mil 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 FedBizOpps.gov or fbo.gov 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 offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-2/W912J2-17-R-2503/listing.html)
 
Place of Performance
Address: 1919 East Grange Avenue, Milwaukee, Wisconsin, 53012, United States
Zip Code: 53012
 
Record
SN04502138-W 20170511/170509235819-dafd005656880acaa57f22933ed5fda5 (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.