Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOLICITATION NOTICE

Z -- Minot B546 Missile Command HQ Renovation, North Dakota

Notice Date
4/15/2020 8:26:13 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
NWD
 
Response Due
4/30/2020 1:00:00 PM
 
Archive Date
05/15/2020
 
Point of Contact
Jae Chang
 
E-Mail Address
jae.chang@usace.army.mil
(jae.chang@usace.army.mil)
 
Description
Pre-Solicitation Notice Solicitation W9128F20R0028, Minot FY 20 B546 Missile Command HQ Renovation. This solicitation is UNRESTRICTED and open to both large and small businesses. A site visit for the project will be held. Provisions in the solicitation documents will provide detailed information (meeting place, time, points of contact, and access requirements). See SITE VISIT in solicitation Section 00 21 00. DO NOT�submit requests for plans and specifications. See �Obtaining Solicitation Documents� below. Project Description: The B546 Missile Command HQ is a full demolition and reconstruction of the interior 91 MXG section Industrial Shop portion of the 91MW headquarters building. It will include a full interior demolition of all components and non-load bearing walls, relocation of the shops based upon area need, upgrade of assemblies per UFC, NFPA, and IBC requirements, and optimization of the workflow, including addition of secondary dedicated means of egress for that portion of the facility. Exterior enclosure of the building is generally not included in this estimate, but roof repair by resealing on this section of the building is applied. It does not include the vehicle bays located in the�� same area. Shops Affected: - Missile Maintenance Team, Electrical Mechanical Team, 91 MW Comm, Electronics Lab, Keys Codes and Control Center (KCCC), T.O. Library, Plans and Scheduling, Facilities Management, 5BW Comm, Material Control, and Unit Training Manager. Technical Engineering will be removed from this building in order to allow for better flow of the remaining shops. Assemblies Affected: - Foundation, Interior Construction and Finishes, All Mechanical Systems, All Fire Protection Systems, All Electrical Systems, Comm Infrastructure. This project will comply with applicable DoD Air Force and base design standards as applicable. In addition, local materials and construction techniques will be used where cost effective. Facilities will be designed as permanent construction with appropriate antiterrorism/force protection requirements in accordance with the following Unified Facilities Criteria: 1-200-01, 1-200-02, 3-101-01 w/change 3, 3-301-01, 3-401-01 w/change 1, 3-501-01, 3-530-01, 3-600-01 w/change 3, UFC 4-010-01 w/change 1, and 4-010-02. The�Period of Performance�for this effort is for 1,080 days from date of award.� RFP Evaluation Criteria: Best Value Lowest Price Technically Acceptable (LPTA) will be the source selection method used for award. Uniformity of the proposal is essential to assure accurate evaluation. Proposal must comply with the instructions in the solicitation. The lowest priced proposal will be evaluated to determine technically acceptable contractor(s). If the lowest proposed offer is determined to be technically acceptable, the Government reserves the right to not evaluate the technical proposal(s) submitted by the other offeror(s). A proposal that fails to comply with any minimum technical requirements will not be eligible for award regardless that it may offer the lowest price. Any Factor evaluated as �Unacceptable� in any TAB will render the complete technical portion of the offer as �Unacceptable�. No further evaluation will be made on the Offeror�s proposal, including price. The estimated construction cost of this project is between $20,000,000.00 and $30,000,000.00. Bidders (Offerors): Offerors must be registered on the System for Award Management �SAM� database https://www.sam.gov/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Contract Opportunities at the website https://beta.sam.gov/. Please note that the Fed Biz Opps (FBO) website has been officially replaced and now resides at beta.SAM.gov. Find the solicitation announcement in Contract Opportunities at�https://beta.sam.gov/. 1. Use the �Search Contract Opportunities' under Contract Opportunities, to locate the project enter the solicitation number in the �Keywords� box. 2. By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. 4. Changes can be viewed by clicking on the �View Changes� tab in each separate section. 5. Files may be downloaded from the �Attachments/Links� section by clicking 'Download All Attachments/Links' or from the document section below you can download each individual files. Please submit all technical inquiries and questions relating to technical requirements, bidding procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/ Solicitation Number: W9128F20R0028 Bidder Inquiry Key is: 7A4QHA-4P74AA Minot FY 20 B546 Missile Command HQ Renovation. Please direct procurement questions to the Contracting Specialist, Jae H. Chang via email at jae.chang@usace.army.mil, add the Solicitation Number and Name in the Subject Line of the email. PHONE CALLS WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f771f4cb1b74f3781d793a95101bf82/view)
 
Place of Performance
Address: Minot AFB, ND 58705, USA
Zip Code: 58705
Country: USA
 
Record
SN05621981-F 20200417/200415230157 (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.