Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
MODIFICATION

Y -- MILCON project DBEH143000 Space Control Facility, Cape Canaveral AFS

Notice Date
7/13/2017
 
Notice Type
Modification/Amendment
 
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
W911YN-17-R-0003
 
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
Total Small Business
 
Description
The USPFO for Florida intends to issue Request for Proposal (RFP) to award a single firm fixed-price contract for construction services for Project Number DBEH143000 Space Control Facility, Cape Canaveral Air Force Station, Cape Canaveral, FL. Construction will be inside a secure perimeter on a site adjacent to existing building 81900 and will provide the operational platform for the 114th Space Control Squadron, Florida Air National Guard. The overall scope of work consists of site grading and preparation for new facility and paving, extension of existing utilities to serve new building, and construction of new 12,100 SF, one story facility of concrete masonry units, steel roof trusses, metal deck and roofing. The project includes Sensitive Compartmented Information Facility (SCIF) construction. The facility will contain a secure controlled area, administrative and command offices, training classrooms, equipment maintenance and support areas, security forces offices, building and controlled area entry control, supporting offices, restrooms and showers, break room, and mechanical, electrical, and communications spaces. Construction elements include reinforced concrete foundation and floor, slab, reinforced masonry walls, structural steel framing, standing seam metal roof, interior walls, finishes, ceilings, specialty security construction features, HVAC, electrical power, lighting and security, and multiple secure and non-secure communications systems. Site preparation will include new and modified security fencing and lighting, exterior concrete equipment pads and support infrastructure, a new lift station and force main, gravity sewer, water main, electrical service, communications infrastructure, fire water service main, backup electrical generator, prepared gravel roadways and limited vehicle parking, and site grading and drainage including reconfiguration and expansion of existing ponds. The construction contractor has been delegated design requirements for various elements of construction. Option items include, 1. Trenches at pad for cables, and 2. Gravel parking spaces. The project will obtain a minimum of LEED Silver certification based on LEED 2009 for New Construction & Major Renovations. The contract construction period of performance will be 20 months after notice to proceed (NTP) to include inspection and punch list. This project is set aside 100% for 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 is between $1,000,000 and $5,000,000. Your attention is directed to FAR CLAUSE 52.219-14(c)(3)-Limitations on Subcontracting, which states, "General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." This clause will be incorporated in the solicitation and resulting contract. The solicitation is tentatively scheduled to be released in late August or early September 2017. A pre-proposal conference is tentatively scheduled to take place within two weeks after release of the solicitation. The location of the pre-proposal 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 contractors will be given an opportunity to attend an organized site visit following the pre-solicitation conference. All questions for the pre-solicitation conference must be submitted via email in accordance with the instructions in the solicitation. The proposal due date is tentatively scheduled for late September or early October 2017. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Subpart 15.3 and DFARS Subpart 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 System for Award Management (SAM). 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. A vendor guide is located at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. The project plans and specifications will accompany the solicitation and shall be marked "Export Controlled". Access to Export Controlled documents requires a bidder/offeror be certified by the Defense Logistics Agency (DLA) Joint Certification Program (JCP). Companies are certified by submitting DD Form 2345 to the JCP. Companies that are certified are termed "authorized vendors". According to the vendor guide, FedBizOpps receives a daily feed of authorized vendors, which determines access based on a company's CAGE code and Marketing Partner Identification Number (MPIN). Bidders/offerors can access information about the JCP and instructions for completing and submitting DD Form 2345 at http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/DD2345Instructions.aspx. According to the JCP frequently asked questions (FAQ) the program's objective is to review applications and return them in five business days, however, the times for processing fluctuate depending on delivery method to their office and volume of applications received. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: the official plans and specifications will be located on the official government web page, FBO.gov, and the government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to FedBizOpps for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's 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, preferably via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to FedBizOpps. Place of performance is Cape Canaveral Air Force Station, Florida.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-17-R-0003/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Force Station, Cape Canaveral, Florida, United States
 
Record
SN04578195-W 20170715/170713235213-634b26166fd33f97d9d03e6faaa84c43 (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.