Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
MODIFICATION

Y -- FY17 Repair, Major Renovation and Addition, Building 278 at MHAFB, Idaho

Notice Date
7/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW17B0011
 
Archive Date
8/12/2017
 
Point of Contact
JOHN SCOLA, , Michael Miyagi, Phone: 206-764-3266
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL, michael.m.miyagi2@usace.army.mil
(JOHN.P.SCOLA@USACE.ARMY.MIL, michael.m.miyagi2@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to Mr. Scola. Construction Project: This project will repair and have addition work for the 389 Fighter Squadron, Operations (Squad Ops) Facility at Building 278 on Mountain Home Air Force Base (MHAFB), Idaho. The project includes an approximate 49-ft x 35-ft (1,700-SF) addition to the existing sensitive compartmented information facility (SCIF) commonly referred to as the ‘vault' and an approximate 16-ft x 34-ft (544-SF) mechanical room to better accommodate user needs. The project will also renovate and repair the existing 18,983-SF facility, to include: • Reconfigure the existing SCIF space to better accommodate user needs. • Demolish and replace existing heating, ventilating, and air conditioning (HVAC) systems, equipment, and ductwork. • Demolish and replace existing electrical system (main service drop, main panel, sub panels, and wiring between panels). • Renovate fire detection and alarming systems. • Demolish existing interior lighting fixtures and provide new LED lighting and occupancy sensors. • Modify restroom layouts to comply with Americans with Disabilities Act (ADA) and Architectural Barriers Act (ABA) requirements; renovate to provide all new fixtures and finishes. • Replace existing drinking fountain and modify alcove to comply with ADA and ABA. • Modify and renovate the Heritage Room to replace existing plumbing fixtures and counters and provide new finishes. • Demolish existing lay-in ceiling and provide new acoustical ceiling system. • Demolish existing carpet throughout and replace with new. • Site improvements and utility service modifications required to accommodate facility addition and renovation efforts. • Modify existing roof as required to integrate the new addition. • KTR does not need security clearance The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The resulting contract will be firm-fixed-price. Solicitation number W912DW17B0011 will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov, on or about 25 July 2017. The solicitation will be an Invitation for Bids (IFB). Bids will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about bid opening. The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, and the associated small business size standard is $36,500,000 in average annual receipts. It has been determined that competition will be limited to eligible 8(a) firms located within the geographical area serviced by the SBA Boise District Office and 8(a) participants in good standing serviced by an SBA office outside this District, but having an SBA-approved Bona Fide Place of Business within the geographical area serviced by SBA Boise District Office. A Bona Fide Place of Business is a place of business for purposes of 8(a) construction procurements located where an 8(a) Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or temporary construction sites. All other 8(a) BD Participants are deemed ineligible to submit offers." A site visit will be offered approximately 2 weeks after the solicitation is made available via FBO. Refer to the solicitation for details regarding the site visit. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the FBO website at www.fbo.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, click the "Add Me to Interested Vendors" button in the listing for this solicitation on www.fbo.gov. The FBO Response Date listed elsewhere in this synopsis/pre-solicitation notice is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards. Contracting Office Address: Attn: CENWS-CT PO Box 3755 Seattle, Washington 98124-3755 United States Place of Performance: Mountain Home Air Force Base (MHAFB) Idaho United States Primary Point of Contact: John Scola Contract Specialist John.p.scola@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW17B0011/listing.html)
 
Place of Performance
Address: Mountain Home Air Force Base, Idaho, United States
 
Record
SN04587565-W 20170722/170720234530-acbf004d2b147cbfd1adc97c50c485a0 (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.