SOLICITATION NOTICE
Y -- Construction Services for project entitled Security Forces Facility and Communications Upgrade, PN: LUXC029035.
- Notice Date
- 6/13/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
- ZIP Code
- 57702-8186
- Solicitation Number
- W912MM06R0003
- Response Due
- 8/1/2006
- Archive Date
- 9/30/2006
- Small Business Set-Aside
- N/A
- Description
- The South Dakota Air National Guard located at Sioux Falls, South Dakota and the USPFO for South Dakota intends to issue a Request for Proposal (RFP) 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 a project entitled Security Forces Facility and Communications Upgrade, PN: LUXC029035. Project consists of: 1) Construction of a new approximately 13,900 SF Security Forces facility including pavement, curb and gutter, fencing and miscellaneous security systems. Work includes, but is not limited to: earthwork, concrete, asphalt, utilities, relocation of water mains, and landscaping. General construct ion to include: a) demolition of concrete footings, foundation, and slab-on-grade from a formerly demolished building and b) footings and foundation, slab-on-grade, CMU, brick veneer, insulation, fully-adhered roofing system, aluminum entrances, doors and windows, and interior finishes. Mechanical work to include: plumbing, HVAC with DDC temperature controls, and geo-thermal heating/cooling system. Electrical work to include: exterior distribution, interior power, lighting, grounding, back-up generator, fir e alarm systems, security-related specialized systems, and communication systems; and 2) Remodeling of approximately 24,809 SF of Composite Facility Bldg 64 for a communications function expansion and upgrade. The work in Bldg 64 includes, but is not limit ed to: miscellaneous remodeling of rooms in approximately 12,573 SF of Bldg 64 and upgrading both the HVAC system and fire suppression system for the entire building. Site work includes water service and concrete driveway. General construction includes, bu t is not limited to, demolition associated with miscellaneous remodeling of individual rooms and interior finishes. Mechanical work to include upgrading HVAC system and controls, and construction of fire suppression system. Electrical work to include inter ior power and lighting. The work will be generally performed in three phases as follows: 1. Construct the Security Forces facility (approximately 13 months). 2. After approximately one month to relocate personnel from Bldg 64 to new facility, remodel appr oximately 5,544 SF of vacated security forces space (approximately two months). 3. After approximately one week to relocate part of the communications function to the newly remodeled space, remodel approximately 7,029 SF of partially vacated communications space (approximately two months). During the Phases 2 and 3, remodeling Bldg 64, the following activities will need to be coordinated for the 24,809 SF of Bldg 64: 1) Upgrading the HVAC system throughout the building and 2) Constructing the fire suppressi on system throughout the entire building. During Phase 3 for remodeling Building 64, the Communications control center will remain functioning, and the Contractor will need to provide all the necessary protection to assure that this function continues to o perate normally. Magnitude of the project is between $1,000,000.00 and $5,000,000.00. The type of contract is firm fixed-price. A single award is contemplated. Failure to submit an offer on all items shall result in rejection of the proposal. Construction /contract completion time is anticipated to take approximate 525 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 sta ndard is $31.0 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis in accordance with the Small Business Competitiveness Demonstration Program (Ref: FAR 19(c)(2). All responsible firms may su bmit an offer. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and mus t be submitted with the offer. The tentative date for issuing the solicitation is on-or-about July 1, 2006. The tentative date for the pre-proposal conference is on-or-about July 12, 2006, 9:00 A.M. local time at the South Dakota National Guard Air Base. A ll contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation for clearance to the facility. All questions for the pre-proposal conference must be submitted using Proposal Inquiry Form (E xhibit F) by July 7, 2006, via e-mail (preferred) to pat.zolnowsky@us.army.mil AND scott.petrik@us.army.mil or fax to (605)737-6752. Directions and instructions for entering the base will be provided in the solicitation package. The solicitation closing d ate is scheduled for on-or-about August 1, 2006. 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 fa ctors include Past Performance and Price. The Government intends to award without discussions, therefore, the offerors initial proposal shall contain its best terms. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) da tabase. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. Yo u will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are requ ired to register in the Central Contractors Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a forma l public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp 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 period ically 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 referen ced web pages. The Government will issue no 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 is Joe Foss Field, 1201 W. Algonquin, Sioux Falls, SD 57104.
- Place of Performance
- Address: South Dakota Air National Guard 1201 West Algonquin Sioux Falls SD
- Zip Code: 57104
- Country: US
- Zip Code: 57104
- Record
- SN01068711-W 20060615/060613221053 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |