Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOLICITATION NOTICE

Y -- SECURITY FORCES TRAINING FACILITY CONSTRUCTION

Notice Date
11/10/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-11-B-0001
 
Response Due
12/1/2010
 
Archive Date
1/30/2011
 
Point of Contact
Ryan Leonard, 904-823-0566
 
E-Mail Address
USPFO for Florida
(ryan.leonard@fl.ngb.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SYNOPSIS-GENERAL IFB SDVOSB Set-aside Document Type: Presolicitation Notice Solicitation Number: W911YN-11-B-0001 Posted Date: 10 November 2010 Classification Code YConstruction of Structures and facilities Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 236220- Commercial and Institutional Building Construction The Florida National Guard located in St. Augustine, Florida intends to issue an Invitation For Bid 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 for the Construction of an Security Forces Training Facility in Jacksonville, FL (Duval County). This project is for general construction and coordination to construct the Security Forces Training Facility at Florida Air National Guard, Jacksonville, Florida, including, but not limited to site development, concrete work, masonry, metals, wood and plastics, thermal and moisture protection, doors and windows, finishes, specialties, equipment, mechanical, electrical and communications work. The building is classified as a mixed use building consisting of Group B, Business, S-1 Storage, and A-3 Assembly, totaling approximately 16,265 gross SF. The other is the physical fitness facility addition which is classified as Assembly Group A-3 with incidental business and storage totaling approximately 2,000 gross SF. The entire building will be equipped with wet pipe fire suppression system protection as well as visual and audible elements for Fire Alarm and Mass Notification Systems (MNS). The UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, dated 8 October 2003 including change 1, 22 January 2007 will apply. This project will meet or exceed a USGBC LEED Silver Certifiable level of design and construction. The contract duration is estimated at 486 days. This project is registered with the USGBC, however it has not been submitted for formal certification. This project is set aside for Service Disabled Veteran Owned Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. The cost range is between $5,000,000 and $10,000,000. Your attention is directed to FAR Clause 52.219-14 (b)(4) Limitations on Subcontracting which states By submission of an offer and execution of a contract, the Bidder /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees applies to this project. The tentative date for issuing the solicitation is on-or about 1 December 2010. The tentative date for the pre-bid conference is on-or about 14 December 2010, 9:00AM local time at the 125th Fighter Wing, Civil Engineering Building, Jacksonville, Florida. 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. All questions for the pre-bid conference must be submitted by 8 December 2010 via email (preferred) to ryan.a.leonard@us.army.mil or fax (904) 823-0512. The bid opening date is scheduled for on-or about 13 January 2011. Actual dates and times will be identified in the solicitation. Interested bidders must be registered in the Central Contractor 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 and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/bidders must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the 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. Bidders who have registered with FedBizOpps must access the data for this solicitation by way of the link issued with the solicitation. Bidders cannot log into the FedBizOpps home page and search data. This solicitation is a competitive bid and there will be a formal public bid opening. DISCLAIMER: 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, if/when issued will be posted to https://www.fbo.gov/ 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 loss 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, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 125th Fighter Wing, FANG Road, Jacksonville, FL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-11-B-0001/listing.html)
 
Place of Performance
Address: 125th Fighter Wing 14300 FANG Drive Jacksonville FL
Zip Code: 32218
 
Record
SN02325849-W 20101112/101110234254-6a51892a2eaebf34a8ff00f694265a76 (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.