Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2019 SAM #6566
SOLICITATION NOTICE

Z -- Energy Reduction Measures

Notice Date
11/19/2019 10:09:29 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NE USPFO ACTIVITY MAANG 104 WESTFIELD MA 01085-1482 USA
 
ZIP Code
01085-1482
 
Solicitation Number
W912SV-19-B-5001
 
Response Due
7/26/2019 11:00:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Sarah A. Sinclair, Contracting Officer, Phone: 4135721549
 
E-Mail Address
sarah.a.sinclair.mil@mail.mil
(sarah.a.sinclair.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USPFO for Massachusetts intends to issue an Invitation for Bid (IFB) to award a single firm fixed-pricecontract for construction services for Project Number AXQD112847, Energy Reduction Measures Phase 2 at the104th Fighter Wing, Barnes Air National Guard Base, Massachusetts. Work includes, but is not limited to therepair of multiple facilities at Barnes ANG Base, Westfield, MA, including plumbing, heating, ventilation, and airconditioning (HVAC), lighting, and exterior enclosures and openings for the purpose of increasing the energyefficiency of multiple facilities. The existing conditions of these various facilities include inefficient lighting andheating/cooling, drafty openings, and deteriorated weather-stripping. The existing facilities shall be repaired andretrofitted upgrades to interior utilities, including, but not limited to, integrated automation, HVAC controls,networked lighting controls, replacement of weather-stripping, interior lighting, and selective demolition. All workshall be accomplished in accordance with applicable drawings, specifications, industry standards, applicablebuilding and environmental codes, regulations, and laws. Contractor shall comply with all applicable UnifiedFacilities Criteria (UFC) and Air National Guard ETLs and regulations in addition to Federal, State, and localregulations. The work also includes two Additive Bid Items, ABIs, reference below for more information.The contract construction period of performance will be 200 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 theprevious 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 contractorspresent bids. All responsible firms may submit a bid. The selection process will be conducted in accordance withFAR Part 14 invitation for bid procedures. Proposals will be evaluated on Price. Prospective bidders must bid onall items to be considered for award. Options will be as outlined below, reference FAR Clause 52.217-5Evaluationof Options (Jul 1990) for how the options will be evaluated.Option 1 - Electrical lighting upgradesOption 2 - Energy Management Control System (EMCS) upgradesA pre-proposal conference and site visit date is will be held in accordance with Section 00100 paragraph 4.Details for registering for the pre-proposal conference and site visit will be available in Section 00100 of thesolicitation. This will be the only site visit to be held. Interested contractors are encouraged to attend and shouldregister, in accordance with the requirements to be provided in the solicitation, prior to attending for clearance tothe facility. The solicitation closing date is scheduled for 19 July 2019. All information, amendments and questionsconcerning this solicitation will be posted to FedBizOpps. Be reminded that Government systems such as CCRand 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 willneed your DUNS number register.Instructions for registering are on the web page. The solicitation and associated information will be available fromthe Federal Business Opportunities system (FedBizOpps.gov or fbo.gov). Contractors and subcontractorsinterested in this project must register at this site. The plans and specifications will be distributed using the FederalBusiness Opportunities (FedBizOpps) system. FedBizOpps is a web-based dissemination tool designed tosafeguard acquisition-related information for all Federal agencies and is located at either FedBizOpps.gov orfbo.gov. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOppsregistration requires the following information: 1) Central Contractor Registration (CCR) Marketing PartnerIdentification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) E-Mail Address.Registration instructions can be found on the FedBizOpps website athttps://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf, reference paragraph 4.7 of the Vendor Guide forinstructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not alreadyhave an MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password thatwill 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 haveregistered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot loginto 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 tothe web. If you have any questions concerning this procurement you are encouraged to email your questions tousaf.ma.104-fw.list.fal-msc-contracting@mail.mil.DISCLAIMER: The official plans and specifications are located on the official government web page, FedBizOppswww.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 offerorsresponsibility to check the website periodically for any amendments to the solicitation. Websites are occasionallyinaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or foran offerors inability to access the documents posted on the referenced web pages. The Government will issue nopaper copies.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c3e5a20b9904a58b481c7d6ed8c86cf/view)
 
Place of Performance
Address: 175 Falcon Dr, 76030, MA 01085, USA
Zip Code: 01085
Country: USA
 
Record
SN05498628-F 20191121/191120094809 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.