Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

Y -- MUNITION LOAD CREW TRAINING FACILITY

Notice Date
7/18/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-18-R-0003
 
Point of Contact
Jeffrey J. Earle, Phone: 7036016824, Willie C. Weatherspoon, Phone: 7036016810
 
E-Mail Address
jeffrey.j.earle.mil@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil
(jeffrey.j.earle.mil@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for District of Columbia, located at Joint Base Anacostia-Bolling, Washington, District of Columbia, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for the construction of a new MUNITION LOAD CREW TRAINING FACILITY, located at Joint Base Andrews, MD. The project will be LEED® Silver Certified. The requirement will consist of the construction of a new Munitions Load Crew Training Hangar, with supporting facilities, for a total of 8,279 gross square feet of new construction. Support facilities include toilets, offices, a classroom, and storage and support spaces. All work shall be accomplished in accordance with applicable drawings, specifications, industry standards, building and environmental codes, regulations, and laws. Moreover, the Contractor shall comply with ALL applicable Unified Facilities Criteria (UFC) and Air National Guard Engineering Technical Letters (ANG ETL); in addition to federal, state, and local regulations. In addition to a base price for the work described above, the solicitation will include the following Government Options: 1. 4' D x 5' W and 4' D x 6' W Pre-Manufactured Metal Canopies and Associated Structure; 2. Four (4) Faux Louvers above the South Windows and Door; 3. Translucent Wall Panels in Lieu of Insulated Metal Panels on; 4. CONT Pre-Cast Stone Cap atop Brick Wall at Exterior of Building and Two Brick Soldier Courses; 5. Standing Seam Metal Roof in Lieu of a PVC Roof on the Hanger Bay Portion of the Building; 6. Bird Control Netting & Spikes; 7. Classroom Cabinetry & Associated Fixtures; 8. 7' 4" Tall CMU & Brick Equipment Yard Wall with Cast Stone Cap, Steel Gate and Chain-link Fence Top in Lieu of a Vinyl-Coated Chain-link Fence Equipment Enclosure; 9. Interior Painting of Hanger Bay Walls, Roof Deck and Structure; 10. Epoxy Floor System in Lieu of Sealed Concrete in Hanger Bay; 11. FF&E Allowance - $30,000; 12. 7 - 12" W x 18" D x 72" H Double Tiered & Personnel Lockers and Windows Blinds for Window Types A, B and C as well as Door 103B; 13. 6" Diameter 42" High Steel Concrete Filled Bollards on the East Side of the Building - See C-111 for Exact Bollards; 14. Add Rough in for WAP above Corridor 15. DIP Pipe in Lieu of Iron Pipe on Underground Lines. The magnitude of the project is between $1,000,000 and $5,000,000. Construction/contract completion time is 545 calendar days after notice to proceed; to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $36.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (b) (3) LIMITATIONS ON SUBCONTRACTING (NOV 2011) which states, "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for 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" applies to this project. The tentative date for issuing the solicitation is on or about 13 August 2018. The tentative date for the pre- proposal conference is on-or about 29 August 2018, 9:00 a.m. EST time, at the 113th CES Building 3252, Joint Base Andrews, MD. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about 12 September 2018. Actual dates and times will be identified in the forthcoming solicitation. The source selection process will be conducted in accordance with FAR Part 15.101-2 and DFARS Part 215.3, lowest price technically acceptable source selection process. The Government intends to award without discussions. Interested offerors must be registered in the System for Award Management (SAM). To register, go to www.sam.gov. You will need your DUNS number register. Instructions for registering are located on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed. Registration now requires the submission of a notarized letter to GSA (see https://www.gsa.gov/samupdate for additional information and the latest updates to this process). The solicitation, associated information, and the plans and specifications will only be available from the Federal Business Opportunities (FedBizOpps) website 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. 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 not an invitation for bids and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page. As such, the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page 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, preferably via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-18-R-0003/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN04996546-W 20180720/180718230830-e94109e69dd1f23fa22da0ba01313f1a (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.