Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

Y -- Construction Projects NVZR062031 and NVZR132003 MacDill AFB

Notice Date
5/15/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN17B0001
 
Point of Contact
Brian Joseph Williams, Phone: 9048230567
 
E-Mail Address
brian.j.williams9.mil@mail.mil
(brian.j.williams9.mil@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The USPFO for Florida intends to issue an Invitation for Bid to award a single firm fixed-price contract for construction services for Projects Number NVZR062031 Repair JCSS Reserve Forces Building 1885 and NVZR132003 Repair JCSS Vehicle Maintenance Building 1886, located at the 290th JCSS, MacDill AFB, Tampa, FL. Project NVZR062031 is an administration building repair. The objective is to repair/renovate the existing 30,638 square foot, single story building. The scope includes but is not limited to, the replacement of 1000 lineal feet of water main, extending lateral water main to serve building, and addition of fire hydrants; reconfiguration of work spaces to include secure and non-secure areas, reconfiguring and upgrading of the supply bays, replacement of all interior office and supply bay finishes, painting of external walls, replacement of all windows and exterior doors and providing a new standing seam metal roof system. Also included are a new VRF HVAC system, new toilet room plumbing, a new fire pump and related accessories, complete, new fire sprinkler system, upgrade/replacement of all existing electrical, lighting, fire alarm, lightning protection, security, and communication infrastructure systems. Project NVZR132003 is a maintenance building repair. The objective is to repair/renovate the existing 7,334 square foot, single story building. The scope includes, but is not limited to the replacement the water service; reconfiguration of work spaces to include secure and non-secure areas, reconfiguring and upgrading of the maintenance bays, replacement of all interior office and maintenance bay finishes, painting of external walls, replacement of all windows and exterior doors and providing a new standing seam metal roof system. Also included are a new VRF HVAC system, new toilet room plumbing, new fire sprinkler system, upgrade/replacement of all existing electrical, lighting, fire alarm, lightning protection, security, and communication infrastructure systems. The contract construction period of performance will be 425 days after notice to proceed (NTP). This project is set aside 100% for HUBZone Small Business concerns. The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $36,500,000.00 average annual revenue for the previous three years. The magnitude of construction for project NVZR062031 is between $1,000,000 and $5,000,000. The magnitude of construction for project NVZR132003 is between $500,000 and $1,000,000, see FAR Subpart 36.204. Your attention is directed to FAR CLAUSE 52.219-3(d)(3)--Notice of HUBZone Set-Aside or Sole Source Award, which states, 'Agreement. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for General construction, At least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees or on a combination of the HUBZone prime contractor's employees and employees of HUBZone small business concern subcontractors; and no more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns'. This clause will be incorporated in the solicitation and resulting contract. The solicitation is tentatively scheduled to be released in June 2017. A pre-bid conference is tentatively scheduled to take place within two weeks after release of the solicitation. The location of the pre-bid conference will be in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. Prospective bidders will be given an opportunity to attend an organized site visit following the pre-bid conference. All questions for the pre-bid conference must be submitted via email in accordance with the instructions in the solicitation. The bid due date is scheduled for July 2017. Actual dates and times will be identified in the solicitation. Interested contractors must be registered in System for Award Management (SAM) prior to award. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to 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) SAM 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 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. 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. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to https://www.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 offeror's inability to access the documents posted on the referenced web pages. The Government will not issue any paper copies. All inquiries must be in writing, via email to the persons specified in the solicitation. All answers will be provided in writing and posted to https://www.fbo.gov/. Place of performance is 290th JCSS, MacDill AFB, Tampa, FL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN17B0001/listing.html)
 
Record
SN04509190-W 20170517/170515235329-edf5ab7c5d317626f468ab3642394e67 (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.