Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

Z -- Repair Building 600, Maintenance Hangar

Notice Date
5/24/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Nebraska, 2433 NW 24th St., Lincoln, Nebraska, 68524, United States
 
ZIP Code
68524
 
Solicitation Number
W9124317R0002
 
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
Total Small Business
 
Description
The USPFO for Nebraska, located at the Lincoln Air National Guard Base, Lincoln, Nebraska, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for CONSTRUCTION OF THE REPAIR BUILDING 600, MAINTENANCE HANGAR 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 and includes but is not limited to a major gut and renovation of the interior space and building systems for Building 600, maintenance hangar, a 2 story, 131,830 GSF structure. Work under this contract includes all materials, labor, tools, expendable equipment, utility and transportation services, and all incidental items necessary to perform and complete, in a workmanlike manner, the work required for the construction of this renovation project. The work includes all demolition and remodeling to the existing property and building, in addition to new construction as indicated on the contract documents related to general, civil, architectural, structural, mechanical, electrical, and plumbing work. Offerors are provided notice that a minuscule amount of hazardous material remediation will be required. The Work shall be conducted in phases, with each phase substantially complete as indicated in the construction documents for this project. Note that the Government shall occupy the site and facility throughout the construction, but shall vacate the areas indicated by the phasing plan for the entire period of the renovation and construction in those areas of this project, see the construction documents for notes related to the phases of construction and renovation. Actual dates and total work affected for the phasing will be coordinated by the General Contractor directly with the Government. The base price for the work described above includes CLINs 0001 - 0005; the pricing structure includes 7 Options for this project, identified as the following CLINs within the solicitation: CLIN 1001: Option #1 - Provide Epoxy Flooring 1st Floor East Maintenance Area; CLIN 1002, Option #2 - Provide spray foam roof insulation at the East & West office areas; CLIN 1003, Option #3 - Provide ducted return air system; CLIN 1004, Option #4 - Provide new south hangar door; CLIN 1005, Option #5 - Provide new south hangar door bottom rail system; CLIN 1006, Option #6 - Provide masonry repointing and cleaning; and CLIN 1007, Option #7 - Provide new hangar bay fans. All options are anticipated to be exercised at the time of award if funds are available. The magnitude of the project is between $10,000,000.00 and $25,000,000. Construction/contract Period of Performance is estimated to be 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 236220. This opportunity is solicited as a competitive 100% small business set-aside. 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 tentative date for issuing the solicitation is on or about 15 June 2017. The tentative date for the pre-proposal conference is on-or-about 27 June 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 scheduled for on-or-about 17 July 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. Questions about this program or DDForm 2345 should be addressed to: U.S./Canada Joint Certification Office, DLA Logistics Information Services, Federal Center, 74 Washington Ave., North Battle Creek, MI USA 49037-3084, Phone: (800) 352-3572 Email: jcp-admin@dla.mil. https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/ 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/W9124317R0002/listing.html)
 
Place of Performance
Address: Lincoln Air National Guard Base, Lincoln, Nebraska, 68524, United States
Zip Code: 68524
 
Record
SN04520149-W 20170526/170524234744-f9289f0d5e4420c07577e6c70b0c54e2 (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.