Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

Y -- Construction of Training Facilities PN 400605 Combined Arms Collective Training Facilities and PN 400606 Live Fire Shoot House, OKARNG, Camp Gruber, Braggs, OK

Notice Date
5/10/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USPFO for Oklahoma, 3501 Military Circle, Oklahoma City, OK 73111-4398
 
ZIP Code
73111-4398
 
Solicitation Number
W912L612R0005
 
Response Due
6/29/2012
 
Archive Date
8/28/2012
 
Point of Contact
Sarah Lane, 405-228-5502
 
E-Mail Address
USPFO for Oklahoma
(sarah.lane@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Oklahoma, located at Oklahoma City, Oklahoma, intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for Construction of PN 400605 Combined Arms Collective Training Facility (CACTF) and PN 400606 Live Fire Shoot House, both located at Camp Gruber, Braggs, Oklahoma. Construction services for PN 400605 CACTF will consist of construction of fourteen new training structures of varying sizes and configurations. The new structures include a Police Station, Church, One Story Business, Ten Residences, and a Warehouse. The primary construction method is reinforced concrete masonry unit walls, reinforced slabs on grade, and pre-cast hollow core concrete plank intermediate floors except for the Warehouse Building which is a pre-engineered metal building system on a reinforced concrete slab. A fifteenth training facility (a second Warehouse) may be constructed with the award of CACTF Option Item 1. This project also includes the general construction of three new support buildings. The new buildings include the Operations Storage Building, Covered Mess and the After Action Review/Range Operations Control/Latrine Building. The primary construction method is reinforced concrete masonry unit walls and reinforced slabs on grade except for the Covered Mess which is an open pre-engineered metal building system on a reinforced concrete slab. In addition, fifteen existing MOUT training facilities will be retrofitted with new data and power infrastructure to upgrade the existing facilities to current standards. Option Items for the CACTF include: (1) warehouse building, (2) junk yard, (3) cemetery, and (4) electronic online submittal service. Construction services for PN 400606 LFSH will consist of construction of six new facilities with an approximate square footage of 5,492 square feet. The LFSH Facility will include construction of a new shoot house training facility, generally a per-engineered metal building system on a reinforced concrete slab with special bullet absorbing walls. Support facilities shall be constructed on concrete masonry unit walls, reinforced slab on grade, metal roof system on metal deck and metal truss system. Site work shall include sentiment and erosion control, demolition of existing concrete pads, tree removal, site grading, aggregate access drives, aggregate parking areas, and drainage culverts. The site work shall also require site utility work including a liquefied petroleum gas service line, electrical distribution, and communication distribution. Site work incorporated as Option Items include a steel mockup and waterline. Option Items for the LFSH include: (1) a steel mockup, (2) bleacher enclosure, (3) waterline, and (4) online electronic submittal service. The magnitude of this solicitation is between $10,000,000 and $25,000,000. Construction/contract completion time is 630 calendar days after notice to proceed to include inspection and punch list. This is a time critical project and there are significant liquidated damages associated with this project. The North American Industry Classification System (NAICS) code for this work is 237990. This is a total small business set-aside. The small business size standard is $33.5 million average annual revenue for the previous three years. 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 Offeror/Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, 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 29 May 2012. The tentative date for the pre-proposal conference is on-or-about 7 June 2012, 10:00 a.m. local time at Camp Gruber Joint Maneuver Training Site Classroom Building 108, at Camp Gruber, Braggs, Oklahoma. 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-proposal conference. The solicitation closing date is scheduled for on-or-about 30 June 2012. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in the DOD 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 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. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page 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 offeror's 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 at Camp Gruber, Braggs, Oklahoma.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34/W912L612R0005/listing.html)
 
Place of Performance
Address: Camp Gruber Joint Maneuver Training Site 154 Anzio Drive Braggs OK
Zip Code: 74423
 
Record
SN02745079-W 20120512/120510235905-7a06082ee33633cfbf3782238217392b (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.