Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

Y -- Wilmington Readiness Center

Notice Date
5/25/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, North Carolina, 27607-6412
 
ZIP Code
27607-6412
 
Solicitation Number
W91242-17-B-0005
 
Point of Contact
Derek Meilinger, Phone: 9196646019
 
E-Mail Address
derek.t.meilinger.mil@mail.mil
(derek.t.meilinger.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States & Property Fiscal Office for North Carolina intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the Construction of a Readiness Center, in Wilmington, NC. This project will provide a 50,150 SF building. Building will be of permanent construction with HVAC systems, plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. This project will meet a USGBC LEED® Silver Certifiable level of construction. This project will support training and administrative requirements for the North Carolina Army National Guard NCARNG). This project is a high-priority reprogramming action of Congress to replace a facility damaged through an act of nature. This project is critical to the state of North Carolina due to the current situation of the Wilmington Readiness Center being uninhabitable due to mold and other life, health, and safety concerns brought on when Hurricane Irene hit in 2011. The construction/contract duration is 640 calendar days after Notice to proceed to include inspection and punch list, which provides adequate time (i.e. extra 3 months) to accomplish demolition and be careful about the water supply line which feeds the airport, also allowing adequate time for incidents of hurricane-type weather. The NorthAmerican Industry Classification (NAICS) Code is 236220, with a size standard of $36.5M. The magnitude of this project is between $10,000,000 and $25,000,000. The project is set aside 100% for Small Business. Building Management System (BMS) comprising DDC system with BACnet system level protocol, having all points exposed to BACnet/IP, and ability to connect to a Tridium Niagra integration software framework will be a sole source/brand name requirement for this solicitation and specific. (noted justification will be included with solicitation). Additive Bid Items will be included in this solicitation with the following order of priority: Additive Bid Item Priority #1- Controlled Waste Handling Facility Additive Bid Item Priority #2- General Purpose Training Bay Additive Bid Item Priority #3- Operational Pavement behind the Readiness Center and Access Drive Additive Bid Item Priority #4- Ground Faced CMU Additive Bid Item Priority #5- Resinous Matrix Terrazzo Flooring Additive Bid Item Priority #6- Resinous Flooring Additive Bid Item Priority #7- Vehicle Loading Ramp Additive Bid Item Priority #8- POV Parking, Additional POV Parking, and Concrete Surface Military Equipment Parking, and site work. Additive Bid Item Priority #9- Landscaping Additive Bid Item Priority #10- Basement/Foundation Demolition The Government will determine apparent low bidder in accordance with the procedure described in DFARS Provision 252.236-7007, Additive or Deductive Items. Your attention is directed to FAR CLAUSE 52.219-14 (c)(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 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-bid conference and site visit is on-or-about 30 June 2017, 12:00 p.m. local time at the NCARNG Carolina Beach (Wilmington NC) Readiness Center, 2221 Carolina Beach Rd Ph. (910) 762-0214. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. The site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 23 June 2017 via email to derek.t.meilinger.mil@mail.mil. The bid opening date is scheduled for on-or about 18 July 2017. Actual dates and times will be identified in the solicitation. 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 online 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. (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 web page 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 offerors 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 Wilmington, North Carolina.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/W91242-17-B-0005/listing.html)
 
Place of Performance
Address: Wilmington, North Carolina, United States
 
Record
SN04522427-W 20170527/170526000614-a61a79a6009be00dce9a13f0873b112c (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.