SOLICITATION NOTICE
Y -- Remove and Replace an existing Aircraft Apron and Apron Lighting System.
- Notice Date
- 1/30/2009
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Georgia, USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
- ZIP Code
- 30316-0882
- Solicitation Number
- W912JM09R0003
- Response Due
- 3/24/2009
- Archive Date
- 5/23/2009
- Point of Contact
- Oliver Gills, 678-569-6206<br />
- Small Business Set-Aside
- N/A
- Description
- The Georgia National Guard located at the 165th Airlift Wing, Savannah/Hilton Head International Airport, Savannah, Georgia and the USPFO for Georgia intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract. The contract will be awarded as a Phase I and Phase II project, with Phase II as an optional line item. The contractor will provide all plant, labor, transportation, materials, tools, equipment, appliances, testing and supervision necessary to remove and replace an existing Aircraft Apron and Apron Lighting System. The magnitude of Phase I and (optional Phase II) is between $10,000,000 to $25,000,000. The demolition associated with this Phase I includes approximately 60,000 sy of Portland Cement Concrete (PCC) varying in depth of between 10 inches and 11.5 inches and 4,313 sy of Asphalt Pavement and Base, existing light poles and overhead electrical wires. The installation of approximately 57,360 sy of 15.5 inch Portland Cement Concrete (PCC), approximately 2,760 sy of 8 inch Portland Cement Concrete (PCC), approximately 4,500 sy of Asphalt Pavement, 6 inches of Graded Aggregate Base Course, 12 inches of Cement Stabilized Base Course, Aircraft and Redline Mooring Points, Static Grounding Points, Bollards and Preformed Pavement Joints. The type of contract is firm fixed-price. A single award is contemplated. Failure to submit a complete offer shall result in rejection of the proposal. Construction/contract completion time is anticipated to take approximate 240 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 237310. The small business size standard is $31 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis in accordance wit h the Small Business Competitiveness Demonstration Program (Ref: FAR 19.1007 (b)(2). All responsible firms may submit 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 must be submitted with the offer. The tentative date for issuing the solicitation is on-or-about February 18, 2009. The tentative date for the pre-proposal conference are on-or-about March 4, 2009, 9:00 a.m. local time at the 165th CES, Savannah Air National Guard Base. All 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 (Exhibit F) by February 27, 2009 via e-mail (preferred) to Oliver.gills@ga.ngb.army.mil or fax to (678) 569-6208. Directions and instructions for entering the base will be provided in the solicitation package. The solicitation closing date is scheduled for on-or-about March 24, 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 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 Business Opportunities (FBO) website on-line at https://www.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 Contractor Registration (CCR) and the Federal Business Opportunities (FBO) 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 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.national guardcontracting.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 Combat Readiness Training Center, Savannah, Georgia.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af7b0a1b652db8b17ffac70747a34dbe&tab=core&_cview=1)
- Place of Performance
- Address: Combat Readiness Training Center 1401 Robert B. Miller Drive Garden City GA<br />
- Zip Code: 31408<br />
- Zip Code: 31408<br />
- Record
- SN01741648-W 20090201/090130221109-af7b0a1b652db8b17ffac70747a34dbe (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 |