MODIFICATION
Y -- Services are required for the construction of a Regional Training Institute (RTI) to be located at Estate Bethlehem National Guard Complex on St. Croix, Virgin Islands.
- Notice Date
- 2/8/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Virgin Islands, RR #2, Box 9200, Kinghill, St. Croix, VI 00850-9731
- ZIP Code
- 00850-9731
- Solicitation Number
- W9127P-10-B-0001
- Response Due
- 4/8/2010
- Archive Date
- 6/7/2010
- Point of Contact
- Thomas Dahlgren, 340 712-7868
- E-Mail Address
-
USPFO for Virgin Islands
(thomas.dahlgren@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Services are required for the construction of a Regional Training Institute (RTI) to be located at Estate Bethlehem National Guard Complex on St. Croix, Virgin Islands. Completion time is estimated to be 20 months after the issuance of the Notice to Proceed. The RTI is a specially designed two-story building of approximately 42,556 square feet consisting of living quarters, administration offices, classrooms, multi-purpose rooms, library, learning centers, dining hall, kitchen and other support areas. The work includes selective site demolition, site development, landscaping, concrete foundations, concrete slab on grade, structural steel, concrete floors, miscellaneous steel, masonry construction, architectural woodwork, waterproofing, building insulation, metal roof panels, roofing membrane, sheet metal flashing and trim, doors and frames, aluminum entrances and storefront systems, aluminum windows, and door hardware; interior finishes, including gypsum wallboard, ceramic tile, acoustical panel ceilings, resilient flooring, painting, building specialties, food service equipment, elevators; plumbing, cistern system, mechanical, and electrical work. Project includes mobilization, site work, construction, site restoration, systems testing and training, demobilization, and commissioning. Site work generally consists of POV parking, access aprons, loading dock/ramp access, drives, general storm water control and detention, utilities, sidewalks, and other miscellaneous site features as appropriate to this type of facility. High efficiency motors, lighting, and HVAC systems will be incorporated through the facility. Technical questions should be directed in writing to CW5 Thomas Dahlgren at thomas.dahlgren@ us.army.mil. Total estimate for the project is between $10,000,000.00 and $25,000,000.00. This procurement is a total small business set-aside. The applicable small business size standard including affiliates is no more than $31,000,000.00 average annual revenue for the previous 3 years. The Standard Industrial Classification (SIC) code is 1542. Interested Offerors will be 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 into the On-line Representations and Certifications Application (ORCA) website. Plans and specifications will be available for inspection without charge through the Federal Business Opportunities website at https://www.fbo.gov after 24 FEB 2010. Solicitation packages will be available after 22 FEB 2010 with the bid opening six weeks after the posting of the solicitation package. The bid opening date is scheduled on or about April 8th, 2010. Actual date and time will be covered in the solicitation documents. All responsible sources may submit a bid which will be considered. All contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database. For instructions, see http://www.ccr.gov. The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments when issued will be posted to https://www.fbo.gov/ for electronic downloading. A Pre-Bid Meeting and Site Visit will be on 15 March 2010 @ 10AM local time. The meeting will be at the USPFO for Virgin Islands, Parcel 10A & VICORP Land, Estate Bethlehem, Kingshill, St. Croix, Virgin Islands, 00850. All questions need to be submitted in writing to the Contracting Officer, Thomas A. Dahlgren thomas.dahlgren@us.army.mil. The last day written questions will be accepted is March 25, 2010 at 4:00 PM local time. Contracting Office Address: USPFO for Virgin Islands Purchasing & Contracting RR2, Box 9200 Kingshill, Virgin Islands 00850-9200 Place of Performance: Estate Bethlehem National Guard Complex St. Croix, Virgin Islands 00850 United States Primary Point of Contact: Thomas Dahlgren Contracting Officer thomas.dahlgren@us.army.mil Secondary Point of Contact: Angelo Espinosa Contract Specialist angelo.espinosa@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA72/W9127P-10-B-0001/listing.html)
- Place of Performance
- Address: USPFO for Virgin Islands RR #2, Box 9200, Kinghill St. Croix VI
- Zip Code: 00850-9731
- Zip Code: 00850-9731
- Record
- SN02060938-W 20100210/100208235039-582438b5dc14f785fb3d7c6523323328 (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 |