Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

Y -- 175th Network Warefare Squadron Facility at Ft. Meade

Notice Date
5/18/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 175 MSG/MSC, MD ANG, 2701 Eastern Blvd, Middle River, Maryland, 21220, United States
 
ZIP Code
21220
 
Solicitation Number
W912K6-17-R-0004
 
Point of Contact
Michael Dombkiewicz,
 
E-Mail Address
usaf.md.175-wg.list.msc@mail.mil
(usaf.md.175-wg.list.msc@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 175th Wing, Maryland Air National Guard, located at Warfield Air National Guard Base, Baltimore, Maryland, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of a Network Warfare Squadron (NWS) Facility. Project to be LEED Silver Certified. Construction services will consist of the construction of a new Network Warfare Squadron Facility. The Cyber mission includes a set of capabilities, expertise to enable the cyber operational need for an always-on, net-speed awareness and integrated operational response with global reach. It enables operators to drive upstream in pursuit of cyber adversaries, and is informed 24/7 by intelligence and all-source information. The scope is to construct a new single story, 9,000 SF structure to accommodate the program and is located at Fort Meade, Maryland. The Project consists of the following: Project to be LEED Silver Certified. Construction services will consist of the construction of a new NWS Facility. The scope is to construct a new single story, 9,000 SF structure to accommodate the program. This project includes reinforced concrete foundation and floor slab with steel framed masonry walls and roof structure with interior walls and utilities; a portion of the facility is to be designed to meet sensitive compartments (controlled spaces) and classified areas. Work included raised flooring where required and open office space with demountable partitions. Exterior work includes: utilities, pavement, site improvements, communications, fire protection and support. Air Conditioning: 50 Tons. In addition to a base price for the work describe above the solicitation includes Government Options for this project. 1. Entry Canopy. 2. Carpet over raised access flooring. 3. Blinds, Casework, and Marker Boards. 4. Asphalt Entry Drive. 5. Asphalt Parking Lot / Striping. 6Cast Stone Wall Panels. Magnitude of the project is between $5,000,000 and $10,000,000. Construction/contract completion time 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 is a 100% set-aside for small business. 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)(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 contractor, 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 tentative date for issuing the solicitation is on or about 1 Jun 17. The date for the pre-proposal conference and location will be listed with the solicitation but is estimated to be 6 Jun 2017. It will be held in BLDG 2100 Civil Engineering, 2701 Eastern Blvd, Maryland Air National Guard, Middle River, MD 21220 Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown 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. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) were migrated into the 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 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 Meade, Maryland.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29c6d85e60d4ea732b320abc24450b03)
 
Place of Performance
Address: Ft. Meade, MD, Maryland, United States
 
Record
SN04513516-W 20170520/170518235122-29c6d85e60d4ea732b320abc24450b03 (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.