Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
MODIFICATION

Y -- XGFG132020 Add/Alter Building 404 Truax ANGB Madison WI - Amendment 1 - Q&A

Notice Date
1/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 115 MSG/MSC, WI ANG, 3110 MITCHELL STREET, BLDG 500, MADISON, Wisconsin, 53704-2591, United States
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-18-R-1001
 
Point of Contact
Katherine Pinnow, Phone: 6082454548, Katherine I. Fox, Phone: 6082454524
 
E-Mail Address
katherine.m.pinnow.mil@mail.mil, katherine.i.fox.mil@mail.mil
(katherine.m.pinnow.mil@mail.mil, katherine.i.fox.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Q&A I Corrected Exhibit A Conform copy of contract with amendment 1 changes. Amendment 1 The 115 th Fighter Wing, Wisconsin Air National Guard contracting in Madison, WI is issuing a Request for Proposal (RFP) 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 to perform and complete XGFG132020 ADAL Building 404, Squadron Operations. This project seeks to provide an updated and properly configured facility to maximize efficient pilot workflows, through renovations and small additions. A secure simulator area is the premise for the building addition, having unique requirements not currently available in the building. Typical work includes, but is not be limited to: entire replacement of the mechanical, plumbing, waste water, electrical and technology systems. Additionally, the majority of all interior walls will be demolished and re-built, and new landscaping will be added outside the facility. Asbestos removal in small amounts is also required. Communication Cabling and Security Hardware. Typical Communications cables work includes, but is not be limited to all cabling for the entire project but not the jacks. Typical Security Hardware work includes, but is not be limited to the balanced magnetic switches, cameras, motion sensors, etc needed to secure the facility for the vault. All work will be in accordance with design requirements, specifications and drawings provided within the master specifications. This solicitation will result in a single construction contract for both renovation and new construction. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $36.5 million. The disclosure of magnitude for this project is between $5,000,000.00 and $10,000,000.00. This action is being procured on an UNRESTRICTED basis using full and open competition procedures. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The anticipated contract will consist of a Base Award Period of Performance of 12 months. The total contract period, shall not exceed twelve (12) calendar months. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in Section 00100 of the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted via email (preferred) to katherine.m.pinnow.mil@mail.mil. The solicitation closing date is 08 February 2018. The pre-proposal conference will occur on 10 January 2018 at 9:00am. Actual dates and times are 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. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation with Past Performance and Technical being of equal weight, and when combined, are equal to Price. Prospective offerors must submit a written past performance and technical proposal and a price proposal. The Government intends to award without discussions. All information, amendments and questions concerning this solicitation will be posted to FedBizOpps. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. Instructions for registering are on the web page. You will need your DUNS number to register. 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 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) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. 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. Offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN.Offerors cannot log into the FedBizOpps home page and search for data. the solicitation is not a competative invitation for bid and there will not be a formal bid opening. DISCLAIMER: The official plans and specifications are located on the official government webpage 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-18-R-1001/listing.html)
 
Place of Performance
Address: 3110 Mitchell Street, Madison, Wisconsin, 53704, United States
Zip Code: 53704
 
Record
SN04793064-W 20180120/180118231209-47c4e8c2ed168c80f80b471cbc4cf4e8 (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  © 1994-2020, Loren Data Corp.