Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

Y -- B222 Renovation and Addition

Notice Date
10/16/2020 11:25:34 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NG USPFO ACTIVITY MN ARNG LITTLE FALLS MN 56345-4173 USA
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM20R1003
 
Response Due
10/29/2020 11:00:00 AM
 
Archive Date
11/13/2020
 
Point of Contact
Drue Glaze, Phone: 3206162752, Jonathan D Larsen, Phone: 3206162694
 
E-Mail Address
drue.l.glaze.mil@mail.mil, jonathan.d.larsen2.mil@mail.mil
(drue.l.glaze.mil@mail.mil, jonathan.d.larsen2.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USPFO for Minnesota is issuing this solicitation to award a single firm fixed- price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the Renovation of B222 for the LRS at the ANG 148th FW, Duluth Air Force Base, Minnesota. Description of Proposed Construction: Construct an addition to existing base supply facility utilizing conventional design and construction methods to accommodate the mission of the facility. Repair metal flashing at low-high roof intersection to eliminate leaking. Replace exterior overhead and man doors. Rehab face brick and address site drainage issues around building entrances/exits. Selectively demolish existing interior CMU walls and reconfigure interior partitions as required to accommodate base supply administrative and warehouse functions. Replace electrical, HVAC, fire protection, and plumbing systems to accommodate new building layout. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01), General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements: brick facade and standing seam metal roof system to match existing facility. This project will include a number of options to include Communication Cable, Dock leveler, Epoxy flooring, Intrusion Detection System, and Access Control. The Magnitude of this project is between $5,000,000.00 and $10,000,000.00. Construction/contract completion time is 540 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million. This action is being procured on and Small Business Set-aside basis. The pre-proposal conference is 7 Oct 2020, 10:00AM local time at the 148th FW Duluth ANG Base, Minnesota. 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. All questions for the pre-proposal conference must be submitted by 26 Oct 2020 via email (preferred) to drue.l.glaze.mil@mail.mil. The solicitation closing date is scheduled for 29 Oct 2020 at 1:00 PM CST. 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 Best Value Past 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.beta.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 beta.SAM.gov website on-line at www.beta.SAM.gov. beta.SAM is a web- based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with beta.SAM before accessing the system. Bidders/Offerors cannot log into the beta.SAM 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 specifications are located on beta.SAM official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to beta.SAM 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. Place of performance will be at the Duluth National Guard Base, MN.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a293a41b3044d8084fcf7c14e53ba1a/view)
 
Place of Performance
Address: Duluth, MN 55811, USA
Zip Code: 55811
Country: USA
 
Record
SN05829674-F 20201018/201016230135 (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  © 1994-2020, Loren Data Corp.