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, 2018 FBO #6085
MODIFICATION

56 -- Formal Training Unit (FTU) Facility

Notice Date
7/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 163 MSG/MSC, CA ANG, 1560 GRAEBER STREET, SUITE 29, MARCH AFB, California, 92518-1714, United States
 
ZIP Code
92518-1714
 
Solicitation Number
W912LA-18-R-8004
 
Response Due
8/20/2018 1:00:00 PM
 
Point of Contact
Mark Thompson, , Crystal Rossman, Phone: 951-655-5461
 
E-Mail Address
mark.l.thompson10.mil@mail.mil, crystal.s.rossman.mil@mail.mil
(mark.l.thompson10.mil@mail.mil, crystal.s.rossman.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 163d Attack Wing (ATKW), California Air National Guard, intends to issue a Request for Proposal (RFP) to award a firm fixed-price contract for the construction of a Formal Training Unit (FTU) facility, Project Number PDPG169013, located at the California Air National Guard Base at the March Air Reserve Base, California. The project is for the construction of a 31,800 square foot, two-story academic facility to train up to 80 crews per year. The project is new construction on an available lot near the bulk of the other 163 ATKW administrative facilities. The structure consists of a hybrid steel braced frame and load bearing CMU structure with a slab foundation and TPO membrane roof. The first floor of the facility houses a moderate amount of IT equipment and is cooled by a VRF mechanical system. This project will meet a USGBC LEED® Silver Certifiable level of construction. In addition to a base price for the work describe above, the solicitation will include six Government Options: 1. Demolish Building 2316; 2. Installation of Irrigation Piping, Sleeving and Appurtenances; 3. Installation of Mechanical Yard Wall; 4. Sitework per 00C101, 00C102, 00C108, 00C109, 01E100; 5. Sitework per 00C108, 00C109, 01L104, 01L102, 01L106, 01E100; 6. Installation of a Second Floor Patio, Doors, Storefront, Guardrail. The contract construction period of performance will be 540 days after NTP. This project is set aside 100% for Small Business. 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 $10,000,000.00 and $25,000,000.00. The solicitation will include a BRAND NAME JUSTIFCATION for the Carrier Building DDC Controls; Shark Electrical Meter; Monaco Fire Alarm Monitor System; and Schlage Locks and Keyway (noted justifications will be included with solicitation). Your attention is directed to FAR CLAUSE 52.219-14(c)(3) Limitations on Subcontracting which states 'By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, 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 solicitation is tentatively scheduled to be released on-or about 13 July 2018. A pre-proposal conference is tentatively scheduled for 30 July 2018, 09:00 A.M. local time at the 163d Civil Engineer Squadron facility, March Air Reserve Base, CA. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. Prospective offerors will be given an opportunity to attend an organized site visit following the pre-bid conference. Actual dates and times will be identified in the solicitation. All questions for the pre-bid conference must be submitted via email to crystal.s.rossman.mil@mail.mil and mark.l.thompson10.mil@mail.mil not later 48-hours prior to the date and time set for the pre-proposal conference. The proposal due date is tentatively scheduled for on-or about 20 August 2018. Actual dates and times will be 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. Evaluation factors include Past/Present Performance and Price. 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 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, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at 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 (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) 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. 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. DISCLAIMER: The official plans and specifications are located on the official government web page 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. All answers will be provided in writing via posting to the web.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-2/W912LA-18-R-8004/listing.html)
 
Place of Performance
Address: March ARB, March ARB, California, 92518, United States
Zip Code: 92518
 
Record
SN05000919-W 20180722/180720230830-f72aae6f18cfe99ea5685f208d760567 (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.