Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOLICITATION NOTICE

Y -- Construction of an Ammunitions Supply Point Facility

Notice Date
7/23/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-09-B-0002
 
Archive Date
10/1/2009
 
Point of Contact
Diane N. Johnson, Phone: 8014324094
 
E-Mail Address
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Utah intends to award a contract for the Construction of an Ammunitions Supply Point Facility (ASP) at the Camp W.G. Williams Training Site, Riverton, Utah. Contract will be awarded as a single, firm fixed-price contract. This project will be 100% Set-Aside for Small Businesses. The NAICS Code is 236220, size standard is $33.5 million (average annual receipts for preceding three fiscal years), and the Federal Supply Code is Y151, Construction Ammunition Facilities. In accordance with DFARS, t he magnitude of this project is between $10,000,000 and $25,000,000. A bid bond will be required for this project with your bid in the amount of 20% of the proposed price or $3,000,000 whichever is less. Performance and Payment bonds will be required for the full amount (100%) of the awarded contract price before a Notice to Proceed will be issued. The solicitation will be available on or about 10 August 2009 and bid opening date is tentatively scheduled for 10 September 2009. The solicitation, when issued shall establish the official opening and closing dates and times. This solicitation will be issued as a firm fixed price sealed bid which will result in a single award. The estimated period for completion of the project is 375 calendar days. PROJECT DESCRIPTION: Site Plan: The ASP site encompasses approximately 60 acres. The existing site is an undisturbed site covered with native vegetation. A security fence will be required around the entire ASP. Concrete surfaces will be required for all surfaces requiring forklift travel within the ASP area. The roadway and parking/search areas can be improved gravel surfaces. Utility Plans: Existing utilities do not currently serve the site. Existing power service, consisting of overhead lines, run past the site along Watts Road and should be adequate to support the new facilities. Potable water is available at the Range Maintenance Building located approximately 0.8 miles to the West on Watts Road and will need to be piped to the site. Septic fields can be used to handle the limited amount sanitary waste generated at the ASP site. Communication service will need to come from either Camp Williams or from approximately 0.50 miles south of the Range Maintenance Building. The use of radio communications can be evaluated. Communication will be required for phone service, security alarms, fire alarms and security cameras, all of which must be connected to Camp Williams. The main entrance, parking lot and vehicle inspection area will be illuminated. Security lighting will be required for the gates and Magazine areas. Closed Circuit Television (CCTV) is required for security to remotely monitor the site from the Camp Williams Containment area. A site lightning protection grid is also required. The Administration and SIRE Buildings will feature a wet pipe fire protection system. Water, T1 data and video cable are available from the Tickville Maintenance site approximately 1 mile away. Electricity is accessible from Watts Rd. Propane tanks are required to serve the heated buildings. The Administration and Sire Buildings are the only buildings requiring septic sewer service. They will utilize a septic tank system for the sanitary sewer service. Site elevation differences need to be carefully managed to achieve the desired road grades and limit excavation costs. The maximum proposed slope is planned to be 3:1 with typical site slopes ranging in the 3% to 8% range. Landscaping: Minimal landscaping will be associated with this project and will be limited to reseeding the disturbed areas. The Ammunitions Supply Point Facility is a LEED self-certified project. The site will contain a 2,745 square foot pre-engineered Administrative Building, eleven 26'-8" x 80' concrete, earth covered magazines (ECM), a 13,729 square foot Surveillance, Inspection, Repair and Equipment Building (SIRE), a simple pre-engineered 2,400 square foot Breakdown Building, a simple pre-engineered 1,500 square foot, Inert Storage Building and a 4,400 square foot loading dock structure utilizing a pre-engineered metal building roof system and providing three delivery bays. Inert Storage Building and Breakdown Building. Earth Covered Magazines will utilize manually operated gravity ventilators. ADDITIONAL INFORMATION: In accordance with FAR 52.204-7, prospective awardees shall be registered and active in the Central Contractor Registration (CCR) database prior to award. Offerors may obtain information on registration at 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. A DUNS number and current CCR MPIN are needed in order to log into the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information will be available from the Army Single Face to Industry website https://acquisition.army.mil/asfi/. All contractors and subcontractors interested in this project must register at this site. 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 Federal Business Opportunities (FedBizOps) website online at http://www.fbo.gov/. Interested bidders shall register on the FedBizOps website to access and download the specifications and drawings associated with the referenced project. Registration is available on the FedBizOps homepage. 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 Federal Business Opportunities (Fed Biz Opps) in order to view or download the plans or drawings from the website. All inquiries must be in writing, preferably via email to the person specified in this announcement, All answers will be provided in writing via posting to the web. All technical questions concerning the project are to be submitted via email (preferred) to Diane Johnson at diane.n.johnson@us.army.mil no later than September 3, 2009. The solicitation and Award of contract will only be made to contractors that are registered in the Central Contractors Registration (CCR) database and must be capable of receiving funds through the Electronic Funds Transfer (EFT) process. DISCLAIMER: The 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 and 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 issue no paper copies. Please consult the list of document viewers if you cannot open a file.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP-09-B-0002/listing.html)
 
Place of Performance
Address: 17800 South Camp Williams Road, Riverton, Utah, 84065, United States
Zip Code: 84065
 
Record
SN01885946-W 20090725/090724001203-640b2cd09118e7ffc63927da341dfd46 (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.