SOLICITATION NOTICE
Z -- Replace Aircraft Maintenance Hangar and Shops
- Notice Date
- 6/9/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for West Virginia, USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-8818
- ZIP Code
- 26201-8818
- Solicitation Number
- W912L8-08-R-0004
- Response Due
- 7/31/2008
- Archive Date
- 9/29/2008
- Point of Contact
- Jackie Gibson, Use email below
- Small Business Set-Aside
- N/A
- Description
- The West Virginia Air National Guard located at Charleston WV and the USPFO for West Virginia 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 Replace Aircraft Maintenance Hangar and Shops at Yeager Airport for the 130th Airlift Wing in Charleston, West Virginia in strict compliance with plan and specifications. The Replace Aircraft Maintenance Hangar and Shops work includes, but is not limited to Reinforced concrete foundation and floor slab on concrete piles. Insulated metal panel walls with some masonry wainscot. Steel-framing with standing seam metal roof. Interior partitions and utility systems and overhead cranes. Exterior utilities, access pavements, site improvements, high expansion foam (HEF) and overhead sprinkler fire protection with supporting water volume supply facilities, and electrical for the specialized shops. Air Conditioning: 30 Tons. Hangar Area is 22,634 SF; Support Area is 29,697 SF; Roof Area is 67,200 SF. The facility will provide the 130th Airlift Wing with a Hangar supporting specialized maintenance activities such as fabrication/sheetmetal shop, machine shop, administration and classrooms, security supplies and workable parts. The requirements also will provide requirements beyond the maintenance floor for tool crib, parts storage, latrine, and utility rooms. The project will include the LEED initiative in the design of the Hangar Complex to include: ANG Requirement. EPAct 2005 - Water Conservation. E.O. 13423 - Reduce Water Consumption; ANG Requirement. EPAct 2005 -30% Energy Use Reduction; ANG Requirement. EPAct 2005 - Metering of Utility with Smart Metering; ANG Requirement. E.O. 13423 - Increase Diversion of Solid Waste. Magnitude of the project is between $10,000,000.00 and $25,000,000.00. 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 approximately 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 $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 19.10). 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 tentative date for issuing the solicitation is on-or-about 30 June 2008. The tentative date for the pre-proposal conference is on-or-about 10 July 2008, 9:00 a.m. local time at the 130th AW Air Base. 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 using Proposal Inquiry Form (Exhibit F) by 8 July 2008 via e-mail (preferred) to p&cWV@wv.ngb.army.mil or fax to (304)473-5008. The solicitation closing date is scheduled for on-or-about 31 July 2008. 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 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) database. 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. You 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 technical and engineering data 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. All technical and engineering data will be available only from the Federal Business Opportunities (FedBizOpps) System website on-line at http://fedbizopps.gov or http://fbo.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 required to register in the Central Contractors Registration (CCR) and FedBizOpps in order to view or download the technical and engineering data from the web site. 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 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 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 is 130th AW, West Virginia Air National Guard, Charleston, WV.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ed72f1ac1a005dd232c0a9bfd9fec743&tab=core&_cview=1)
- Place of Performance
- Address: 130th Airlift Wing, West Virginia Air National Guard 1679 Coonskin Drive Charleston WV
- Zip Code: 25311
- Zip Code: 25311
- Record
- SN01589775-W 20080611/080609220655-ed72f1ac1a005dd232c0a9bfd9fec743 (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 |