Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2009 FBO #2883
SOLICITATION NOTICE

Y -- Predator Beddown FOC

Notice Date
10/14/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-09-B-0001
 
Response Due
12/2/2009
 
Archive Date
1/31/2010
 
Point of Contact
Thomas Schoening, 602-267-2804
 
E-Mail Address
USPFO for Arizona
(thomas.schoening@az.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Arizona intends to issue Invitation for Bid (IFB) W912L2-09-B-0001 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 Construction of a Predator Operations FOC building located at Davis Monthan AFB, in Tucson, Arizona. This procurement action consists of constructing approximately 17,000 GSF Building of Concrete Foundations and Slabs on grade, Split Face Integra CMU, smooth face standard cmu, structural steel and steel joists and decking, millwork, thermal insulation, rigid roof insulation and waterproofing, Standing seam metal roofing, metal studs, gypsum wallboard, painting, acoustical ceilings, toilet accessories, metal lockers and window coverings. Site work shall include, site utilities, asphalt demolition, site grading, landscaping and irrigation. Magnitude of the project is between $1,000,000.00 and $5,000,000.00. The type of contract is firm fixed-price. In accordance with FAR 52.232-18, Availability of Funds, funds are not currently available for this project. A single award is contemplated. Failure to submit an offer on all items shall result in rejection of the bid. Construction/contract completion time is anticipated to take approximately 365 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 100% set-aside for Small Business concerns (FAR Part 19). The tentative date for issuing the solicitation is on or about 29 October 2009. The tentative date for the pre-bid conference is on or about 12 November 2009, 9:00 a.m. local time at Davis Monthan Air Force 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-bid conference. The solicitation closing date is scheduled for on or about 3 December 2009. Actual dates and times will be identified in the solicitation. The Invitation for Bid (IFB) process will be conducted in accordance with FAR Part 14 and DFARS Part 214. The Government intends to award without discussions, therefore, the offerors initial bid shall contain its best terms. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database at time of bid opening. 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 plans and specifications will be available for inspection without charge through the Federal Business Opportunities website at https://www.fbo.gov on or about 29 October. All responsible sources may submit a bid which will be considered. 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 (FedBizOpps) website on-line at https://www.fbo.gov/. A link to the plans and specifications will be provided at the solicitation website. No telephone requests will be accepted. Contractors are required to check the FBO and solicitation website frequently for any changes. All questions concerning this solicitation should be directed to Thomas.schoening@us.army.mil. All inquiries must be in writing, preferably via email. All Answers will be provided in writing via posting to the solicitation web site. This solicitation will have a formal public bid opening which will be announced during the solicitation phase of this process. Amendments, if/when issued will be posted to the EBS page at: 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. The requirement for award includes A Definitive Responsibility requirement as described below. You MUST submit your Definitive Responsibility responses with your bid in order to be considered responsive. Failure to provide all required Definitive Responsibility information with your bid may result in your bid being rejected as non-responsive. The Government invites prime contractors with the experience and capabilities to submit with your bid Definitive Responsibility capability statements consisting of appropriate capability documentation and references. Respondents must include references and a capability statement for at least three completed projects within the last five years that are similar to this work and within approximately the same dollar magnitude of this notice between $1million - $5 million. The Definitive Responsibility criteria is: 1. Provide examples of 3 projects worked as a prime contractor within the last five years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. Provide only those projects demonstrating experience with constructing facilities that included a Sensitive Compartmented Information Facility (SCIF) constructed in accordance with JAFAN 6-9 or DCID 6-9 or equivalent standard. Identify the standard in your response. 2. Provide examples of 3 projects worked as a prime contractor within the last five years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. Provide only those projects demonstrating experience with constructing facilities that included Leadership in Energy and Environmental Design (LEED) AP staff and achieved LEED Silver project certification. Projects submitted MUST have already achieved LEED Silver project certification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-09-B-0001/listing.html)
 
Place of Performance
Address: Davis-Monthan Air Force Base 5262 E. Gafford Way Tucson AZ
Zip Code: 85707
 
Record
SN01985525-W 20091016/091014235349-5636d9e2c64384d2a1b870ae12be8bbd (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.