Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOLICITATION NOTICE

Y -- Fire Crash and Rescue Station

Notice Date
7/13/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for North Dakota, USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ-09-B-0001
 
Response Due
8/27/2009
 
Archive Date
10/26/2009
 
Point of Contact
Dallas Eckholm, 701-333-2225<br />
 
E-Mail Address
USPFO for North Dakota
(dallas.eckholm@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The North Dakota Air National Guard and the USPFO for North Dakota intend to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract to construct FIRE CRASH AND RESCUE STATION, KKGA029115, at Hector IAP, Fargo, ND. The project consists of furnishing all labor, material, equipment, services, and supplies required to complete the work, which includes, but is not limited to, the following principal items: Construction of the Fire Crash and Rescue Station, consisting of a multi-story building of approximately 22,400 square feet for emergency aircraft crash/rescue and firefighting operations to include administrative functions, training and storage associated with fire crash and rescue station. Replace Fire Crash and Rescue Station at the North Dakota Air National Guard, Hector IAP, Fargo, ND. Site work consists of clearing, stripping, excavating, grading, filling, backfilling, seeding, sodding, flexible and rigid paving, curb and gutters, concrete walks, underground utilities, site structures, signage and other related work. Building structure consists of spread footings, reinforced concrete foundation walls, concrete block bearing walls, steel bar joist and metal roof deck, a fully adhered EPDM roofing membrane and rigid insulation system and a standing seam metal roof. Exterior cavity walls consist of face brick and rock faced block units, rigid insulation core and interior concrete block backup, and other related work. Interior finishes include sealed concrete floors, carpeting, vinyl composition tile, porcelain tile, glazed masonry units, burnished block units, dry wall systems, paint, acoustic tile ceiling and other related items. Mechanical work includes heating, ventilating and air conditioning, plumbing, building drainage, fire protection systems, and other related work. Equipment includes engine exhaust removal system and other related work. Electrical work includes primary and secondary power distribution systems, interior and exterior lighting, power and controllers for mechanical systems, fire alarm system, voice data and paging communications systems, fiber optic cable from Building 542 to new facility and other related work. This project has been registered with the US Green Building council (USGBC) and is to be certified Leadership in Energy and Environmental Design (LEED) silver by USGBC. Magnitude of the project is between $5,000,000 and $10,000,000. Construction/contract completion time is anticipated to take approximately 365 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 $33.5 million average annual revenue for the previous three years. This action is being procured as a TOTAL SMALL BUSINESS SET-ASIDE. The tentative date for issuing the solicitation is on/or about 24 July 2009. The tentative date for the pre-proposal conference is on/or about 6 August 2009. 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. The solicitation closing date is scheduled for on/or about 27 August 2009. Actual dates and times will be identified in the solicitation. Interested bidders must be registered in the DOD Central Contractors 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 bidders 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/AdvertisedSolicitation.asp. All contractors and subcontractors interested in this project must register at this site. The plans and Specifications will be available only from the FedBizOpps website on-line at http://fedbizopps.cos.com/. No telephone requests will be accepted. For security reasons, all potential bidders, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the FedBizOpps in order to view or download the plans and drawings from the website. DISCLAIMER: The official plans and specifications 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 website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitation.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidders 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 lost of internet connectivity or for a bidders inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing via email to the person identified in the solicitation. Place of performance is the NDANG, Hector IAP, Fargo, ND.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W901UZ-09-B-0001/listing.html)
 
Place of Performance
Address: North Dakota Air National Guard, Hector IAP 1400 32nd Ave North Fargo ND<br />
Zip Code: 58102-1051<br />
 
Record
SN01874003-W 20090715/090714000441-fbd2002e5d9e8a552e612803dfa4599a (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 |
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.