Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2021 SAM #7104
SOLICITATION NOTICE

Y -- Construct Bellevue Readiness Center

Notice Date
5/12/2021 1:23:07 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
W9124321RCH02
 
Response Due
6/3/2021 12:00:00 PM
 
Archive Date
06/18/2021
 
Point of Contact
Carrie Hancock, Phone: 4023908255, Fax: N/A
 
E-Mail Address
carrie.l.hancock2.civ@mail.mil
(carrie.l.hancock2.civ@mail.mil)
 
Description
Amendment 0001 is now published and has been uploaded to this posting on 05/12/2021.� All interested parties are required to respond in writing to the Amendment with their proposal.� The proposal due date remains the same.� END of Amendment 0001. The USPFO for Nebraska, located at the Joint Forces Headquarters, Lincoln Air National Guard Base, Lincoln, Nebraska, is issuing a Request for Proposal (RFP) to award a single firm fixed-price contract for non-personal services to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the Construction of the Bellevue Readiness Center for the Nebraska Army National Guard in Bellevue, Nebraska. Place of performance is located at Capehart Road & Hwy 370, Bellevue, Nebraska. Construction services will consist of all new construction and includes but is not limited to new vertical construction that will include but is not limited to:� construction of an approximately 95,000 square foot, two 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, permits 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, communications, fire alarm systems and plumbing work. The base price for the work described above includes CLIN 0001.� The pricing structure includes Nine (9) Options for this project, identified as the following CLINs within the solicitation: CLIN 1001: Option #1 � General Purpose Training Bay (GPTB); CLIN 1002, Option #2 � Standby Generator; CLIN 1003, Option #3 � Additional MEP Parking; CLIN 1004, Option #4 � Operable Wall; CLIN 1005, Option #5 � Monument Sign, CLIN 1006, Option #6 � Roof Terrace; CLIN 1007, Option #7 � Lightning Protection; CLIN 1008, Option #8 � Concrete POV Parking; CLIN 1009, Option #9 - Concrete MEP Road & Parking.�� All options are anticipated to be exercised at the time of award if funds are available.�� The magnitude of this project is between $25,000,000.00 and $100,000,000.00. Construction/contract completion time is 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. The small business size standard is $39.5 million. This action is being procured on an UNRESTRICTED basis. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The solicitation is issued on or about 30 April�2021. �The tentative date for the pre-proposal conference is on or about May 12, 2021, 9:30 AM local time at the South Omaha Readiness Center, 6929 Mercy Road, Rm 136, Omaha, Nebraska. �Interested contractors are encouraged to attend and shall follow conference registration and current COVID-19 Protocol and access requirements shown in the solicitation. �A site visit will follow the pre-proposal conference. �If you will be attending the Pre-proposal conference please send the Names, and Company name associated no later than May 11, 2021 by 1�p.m. CDT to carrie.l.hancock2.civ@mail.mil. All questions for the pre-proposal conference must be submitted by 10 May 2021 via email (preferred) to carrie.l.hancock2.civ@mail.mil.� Put �W91243-21-R-CH02� in the subject line to identify that a question about the subject solicitation is being submitted. The solicitation closing date is scheduled for on or about 3 June 2021. 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, Small Business Participation Plan 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. Instructions for registering are on the web page (there is no fee for registration).� The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at beta.SAM.gov.� This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the website. If you have any questions concerning this procurement you are encouraged to email your questions to carrie.l.hancock2.civ@mail.mil. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb29216ecd694e21a805d71ae45f9bdc/view)
 
Place of Performance
Address: Bellevue, NE 68123, USA
Zip Code: 68123
Country: USA
 
Record
SN05999565-F 20210514/210512230112 (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.