Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2009 FBO #2793
MODIFICATION

Y -- Construction Project-Services, non-personal to provide for all labor, transportation, materials, tools, equipment appliances and supervisions necessary to construct a project for the Tennessee Army National Guard, Tullahoma, Tennessee. - Solicitation 1

Notice Date
7/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-09-R-0007
 
Response Due
8/17/2009 2:00:00 PM
 
Archive Date
9/7/2009
 
Point of Contact
Paul D. Reagan, Phone: 615-313-2651
 
E-Mail Address
paul.david.reagan@us.army.mil
(paul.david.reagan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Plans S100A-S501 Plans P Sheets Plans P100A - P403 Plans MPE001 - MPE Sheets Plans M Sheets Plans M103-M504 Plans ID101a - M102B Plans E Sheets Plans E302-E8000 Plans E001- E301D Plans A1102-AID Plans A605-A1101 Plans A101-A302 Specifications Plans A303-A604 Plans/Drawings Plans S Shts Plans/Drawings FP101A-G Sheets Plans/Drawings C001-Covers Vol1 & Vol2 Find the Solicitation# W912L7-09-R-0007 Documents and Instructions at: AT: http://www.nationalguardcontracting.org The Tennessee Army National Guard and the USPFO for Tennessee intends to issue a Request for Proposal (RFP) to solicit a single, firm fixed-price, construction contract for the building of a 50,876 SF Army National Guard Readiness Center at Tullahoma, Tennessee. This project shall be constructed and documented in accordance with the Army National Guard Design and Federal Acquisition Regulations. The design has been developed in accordance with United States Green Building Council (USGBC) Sustainable Design LEED initiative, Silver level, but will not be formally certified. Construction will satisfy the LEED Silver design. The project consists of a two-story military readiness center with brick/block cavity wall construction and structural steel framing. The foundation system is poured in place spread footings. The center has a low slope EPDM membrane roofing and some amount of standing metal-seam roofing. It has concrete substrate floors, with some areas covered in VCT, ceramic tile or carpet. The mechanical systems utilize energy efficient heat pumps and air handlers with a cooling tower and optional geothermal system. The electrical equipment will be controlled with an Energy Management Control System and is augmented with an emergency power generator backup option. There are additional electrical measurement and verification equipment included, along with energy efficient lighting controls. Supporting facilities include a maintenance training work bay of the same construction type, military vehicle parking with access roads and POV parking, security fencing and motor pool lighting, vehicle wash system facility, and sidewalks. Paving consists of asphalt and concrete areas of various strengths necessary to support military vehicle traffic with a heavy-duty paving option. There is site prep required with clearing and grading, and erosion controls. Extension of gas, electric, sewer, water and communication utilities to the building site is necessary. Physical security measures with maximum feasible standoff distance from roads, parking areas and vehicle unloading areas have been incorporated with berms, heavy landscaping and a retention pond. Mechanical, electrical and plumbing systems commissioning is to be conducted in accordance with the plans and specifications to be posted with the solicitation by an external agency. The magnitude of construction for this project is between $5,000,000 and $10,000,000. The total construction performance period is 450 days after receipt of Notice to Proceed. The solicitation issue date is on/about July 17, 2009. The date for the pre-proposal conference and Site Visit is: July 24, 2009 at 09:00 a.m. (Local) Central Daylight Savings Time (CDST) and is located at the Tennessee National Guard Volunteer Training Site, Building 2731, Off Highway 55, at 400 Industrial Drive, Tullahoma, Tennessee, 37388 The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction and the Size Standard for Small Businesses is $33.5 million annual receipt for the past 3 years. This action is being solicited as a total Small Business Set-Aside procurement. The acquisition strategy to be used in awarding this requirement shall be the Best Value to the government. Evaluation factors include Price and Past Performance where Price and Past Performance are equal in value. The solicitation package will be issued via the web only. All amendments, site visit minutes and questions will be posted on the web. There is no charge for the technical and engineering data related to this solicitation, which will be available through the following internet site: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at the site. For security reasons, all potential offerors, plan rooms and printing companies are required to register in the Central Contractor Registration (CCR), http://www.ccr.gov/ and all technical and engineering data related to this solicitation will be distributed using Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. A link to this site can be found under Plans at the solicitation website. 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 prior 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 page. All inquiries must be in writing, preferably via email to the person specified in the solicitation. All answers will be provided in writing via posting to the web. PLANS AND SPECIFICATIONS WILL BE UP LOADED AT THIS SITE (www.fbo.gov) As soon as upload is possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-09-R-0007/listing.html)
 
Place of Performance
Address: Tullahoma, Tennessee, 37388, United States
Zip Code: 37388
 
Record
SN01880223-W 20090720/090718233321-596c38f22ea542e4f2d132a61fc0225f (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.