SOLICITATION NOTICE
Z -- Convert Building 165 to Cyber ISR
- Notice Date
- 4/10/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
- ZIP Code
- 02542-5028
- Solicitation Number
- W912SV-18-B-6001
- Point of Contact
- Kirk B. Wetherbee, Phone: 5089684977, Kyle D. Kiepke, Phone: 4135721593
- E-Mail Address
-
kirk.b.wetherbee.mil@mail.mil, kyle.d.kiepke.mil@mail.mil
(kirk.b.wetherbee.mil@mail.mil, kyle.d.kiepke.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO for Massachusetts intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for construction services for Project Number SPBN162025, "Convert to Cyber ISR" at Otis Air National Guard Base, MA. Work includes but is not limited to the 10,901 sq.ft of building 165 (total 25,587 sq.ft B165) for Cyber ISR mission. Provide a properly sized SCIF for Cyber ISR mission (12,000 sq.ft) by converting an additional 9,400 sq.ft to SCIF space. Project elements include, but are not limited to: site work utilities, concrete slab demolition/repair, interior partitions interior finished, HVAC systems, plumbing, restrooms, power, lighting, and telecommunications. All work shall be accomplished in accordance with applicable drawings, specifications, industry standards, applicable Building and Environmental Codes, Regulations, and Laws. Contractor shall comply with all applicable Unified Facilities Criteria (UFC) and Air National Guard ETLs and regulations in addition to Federal, State, and local regulations. There are delegated designs for certain aspects of construction to include, but not limited to fire protection. The contract construction period of performance will be 365 days after issuance of the Notice to Proceed (NTP). This project is set aside 100% for Small Business. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $36.5 million average annual revenue for the previous three years. The magnitude for this project is between $1,000,000 and $5,000,000. The government anticipates award of a single firm fixed price contract providing sufficient qualified contractors present bids. All responsible firms may submit a bid. The selection process will be conducted in accordance with FAR Part 14 invitation for bid procedures. Proposals will be evaluated on Price. Prospective bidders must bid on all items to be considered for award. An explanation of the low bid determination will be found in section 00100 of the solicitation. It is anticipated that the solicitation will be available on-or-about May 31, 2018. A Pre-proposal conference date is to be determined and will be posted in the solicitation. Details for registering for the conference will be available in Section 00100 of the solicitation. Interested contractors are encouraged to attend and should register, in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about July 9, 2018. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be posted to FedBizOpps. Be reminded that Government systems such as CCR and ORCA (on-line representations and certifications) have migrated to System for Award Management (SAM). 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 will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov). Contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies and is located at either FedBizOpps.gov or fbo.gov. Interested bidders/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 an 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. This solicitation is a competitive bid and there will be a formal public bid opening. 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. If you have any questions concerning this procurement you are encouraged to email your questions to kyle.d.kiepke.mil@mail.mil, kirk.b.wetherbee.mil@mail.mil, and kerry.a.wells2.civ@mail.mil DISCLAIMER: The official plans and specifications are located on the official government web page, FedBizOpps www.fbo.gov, and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the www.FedBizOpps.gov or www.fbo.gov website 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 issue no paper copies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-18-B-6001/listing.html)
- Place of Performance
- Address: 102nd Intelligence Wing, Otis ANG Base, Massachusetts, 02542, United States
- Zip Code: 02542
- Zip Code: 02542
- Record
- SN04883948-W 20180412/180410230731-331cc6986ae9f39808932a36d7c7613e (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 |