Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
MODIFICATION

Y -- Construct Bellevue Readiness Center - ARNG

Notice Date
5/11/2020 12:10:49 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NL USPFO ACTIVITY NE ARNG LINCOLN NE 68524-1801 USA
 
ZIP Code
68524-1801
 
Solicitation Number
W9124320RCH02
 
Response Due
6/10/2020 12:00:00 PM
 
Archive Date
06/10/2020
 
Point of Contact
Carrie Hancock, Phone: 4023908255, Jeremy M. Rupprecht, Phone: 4023098280
 
E-Mail Address
carrie.l.hancock2.civ@mail.mil, jeremy.m.rupprecht.civ@mail.mil
(carrie.l.hancock2.civ@mail.mil, jeremy.m.rupprecht.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USPFO for Nebraska, located at the Lincoln Air National Guard Base, Lincoln, Nebraska, issues a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of the BELLEVUE READINESS CENTER, BELLEVUE, NEBRASKA. Place of performance is at the site located at Capehart Road & Hwy 370, Bellevue, Nebraska.� Construction services will consist of the construction of the project and includes but is not limited to new vertical construction that will included but not be limited to: �construction of an approximately 106,000 square foot, three story facility. The new facility includes offices, classrooms, storage areas, kitchen, service bays and an assembly hall, all infrastructure and site requirements as stated in the contract documents. Work under this contract includes all materials, labor, tools, expendable equipment, utility and transportation services, and all incidental items necessary to perform and complete, in a workmanlike manner, the work required for the construction of this new building to include all required site developments and infrastructure as stated in the contract documents.� The work includes all new construction as indicated on the contract documents related to general, civil, architectural, structural, mechanical, electrical, and plumbing work. The base price for the work described above includes CLIN 0001 ; the pricing structure includes 13 Options for this project, identified as the following CLINs within the solicitation: CLIN 1001: Option #1 � Extend the east office wing an additional 24�-0�; CLIN 1002, Option #2 � Add offices and work bay for the general-purpose training bay.; CLIN 1003, Option #3 � Add two additional work bays for the general-purpose training bay; CLIN 1004, Option #4 - Provide installation of standby generator; CLIN 1005, Option #5 - Add an east terrace that includes pavers/pedestal system and guard rails at second floor; CLIN 1006, Option #6 - Add a south terrace that includes pavers/pedestal system and guard rails at second floor; CLIN 1007, Option #7 - Add 6-inch concrete paving at the POV parking area; CLIN 1008, Option 8: Operable Wall; CLIN 1009, Option 9: Concrete Building Apron - Add 8-inch concrete paving and road at the building apron; CLIN 0010, Option 10 - Monument Sign; CLIN 1011, Option 11: Resinous Matrix Terrazzo Flooring - Add resinous matrix terrazzo flooring in lieu of sealed concrete; CLIN 1012, Option 12: Tile Carpeting - Add tile carpet in lieu of sealed concrete; and CLIN 1013, Option 13: Concrete GOV Parking - Add 8-inch concrete paving and road at the GOV parking area. All options are anticipated to be exercised at the time of award if funds are available.� �The magnitude of the project is between $25,000,000.00 and $100,000,000,000.� Construction/contract Period of Performance is estimated to be 910 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 opportunity is solicited as a competitive 100% small business set-aside. The small business size standard is $39.5 million average annual revenue for the previous three years. �Your attention is directed to FAR CLAUSE 52.219-14 DEV 2019-O0003 dated JAN 2019 (e) (3) & (4) 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 in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. �Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded; or�Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. �Any work that a similarly situated entity further subcontracts will count toward the 75 percent subcontract amount that cannot be exceeded applies to this project. The tentative date for issuing the solicitation is on or about 11 May 2020. The tentative date for the pre-proposal conference is on 21 May 2020, 9:30 a.m. local time at the South Omaha Readiness Center, 6929 Mercy Road, Omaha, NE. �Current COVID-19 requirements will be in place for attendance.� All attendees are requested to wear a face mask and abide by current social distancing requirements of 6 feet. �Interested offerors are encouraged to attend and shall follow conference registration shown in the solicitation. �A site visit will follow the pre-proposal conference. �The solicitation closing date is scheduled for 10 June 2020, 2:00 P.M. CST.� �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 Technical, Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered and active 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 and the plans and specifications will be available only from the Contract Opportunities (https:/www.sam.gov) website on-line at https://www.sam.gov/. �Contract Opportunities is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with Contract Opportunities before accessing the system. www.sam.gov registration requires the following information:� 1) DUNS Number and 2) CAGE Code. �Registration instructions can be found on the www.sam.gov website �This solicitation is not a competitive BID 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 stated and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the Contract Opportunities 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 offeror�s 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 Contract Opportunities webpage.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a7d717ed5c214389b0483960a1d7e3e1/view)
 
Place of Performance
Address: Bellevue, NE 68147, USA
Zip Code: 68147
Country: USA
 
Record
SN05652726-F 20200513/200511230206 (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.