Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2012 FBO #3885
SOLICITATION NOTICE

Y -- Synopsis for Single SB Set-Aside with Options to Construct a New Tactical Unmanned Aerial Vehicle Hangar (TUAS).

Notice Date
7/12/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-12-R-0011
 
Response Due
8/28/2012
 
Archive Date
10/27/2012
 
Point of Contact
Jesse Searles, 720-847-8678
 
E-Mail Address
USPFO for Colorado
(jesse.searles1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Colorado, located at Buckley Air Force Base, Aurora, Colorado, intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for Construction of a new Tactical Unmanned Aerial Vehicle Hangar, Solicitation No. W912LC-12-R-0011. The effort requires prospective contractors to provide all plant, labor, transportation, materials, equipment and appliances necessary to construct the Tactical Unmanned Aerial Vehicle Hangar, located at Buckley Air Force Base, Aurora, Colorado; Project Number 080206. The Tactical Unmanned Aerial Vehicle Hangar entails the construction of a new 10,394 square foot hangar/administration facility and site. This facility will be located south of the existing Building 1500. The components of the Project include the following items as well as other trades as documented in the Contract documents. Selective demolition of small buildings and site, sitework, utilities and new construction including potable water, fire line, sanitary sewer, electrical, natural gas, communications, concrete curb and gutter, asphalt paving, earthwork, foundations, concrete floor slabs, masonry, pre-engineered metal building, standing seam metal roofing, metal stud non-load bearing walls, laminated glazing window and door systems, overhead coiling metal doors, hollow metal doors, carpet, stained concrete floor system, porcelain tile, resilient base, gypsum drywall walls and ceilings, painting, lay-in acoustical tile ceilings, mechanical HCAV equipment, ductwork and diffusers, fire suppression system, restroom fixtures and appurtenances, power cabling and conduit, lighting, fire detection/alarm system, intercom/mass notification system, audio/visual equipment, and other miscellaneous construction. It is the goal of this project to construct a "green" building that meets the US Green Building Council's LEED Green Building Rating System Version 2009 of Silver. The project includes optional line items (OLI's). These items do not require rework of base contract work or modifications to other OLI items. OLI-1: Photovoltaic System. This item consists of a new photovoltaic system located on the roof of the building as indicated on the Drawings. OLI-2: Exhaust Fans, EF-3, EF-4 and EF-5. This item consists of a new fan units located in the Garage Area as indicated on the Drawings. This item consists of all necessary structural supports, electrical supply and controls for the units. OLI-3: Floor Logo and Plaque. This item consists of a new floor logo and plaque located in the Lobby Area as indicated on the Architectural Drawings. OLI-4: Polished Concrete in the Lockers. This item consists of a new polished concrete flooring type located in the Locker Area as indicated on the Architectural Drawings. OLI-5: Classroom Acoustical Partition. This item consists of a new classroom acoustical partition located in the Classroom Area as indicated on the Drawings. This item consists of the partition, all structural steel supports and bracing, ceiling and wall modifications to incorporate the partition unit. OLI-6: Concrete Apron Area. This item consists of placing a new concrete paving in front of the overhead doors in lieu of the base bid item of asphalt paving as indicated on the Drawings. In accordance with Federal Acquisition Regulation (FAR) 36.204, the magnitude of the project is in the range of $1,000,000.00 to $5,000,000.00. The total construction performance period is anticipated to take 365 days after receipt of Notice to Proceed (NTP) to include inspection and a punch list. There are liquidated damages associated with this project. The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. This acquisition 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 applies to this project and 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". 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 Past Performance, Technical Capability and Price. The Government intends to award without discussions. The tentative date for issuing the solicitation is on/about 27 July 2012. The tentative date for the pre-proposal conference is on-or-about 10 August 2012, 10:00 a.m. local time at Buckley Air Force Base, Colorado. Interested contractors are highly 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 28 August 2012. Actual dates and times will be identified in the solicitation. 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. The solicitation and associated information to include the plans and specifications will be available at FedBizOpps. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov). FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors 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) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Please note that there is a significant issue with new contractors and their ability to obtain a MPIN to access plans and specifications on FBO in a timely manner. Due to an unusually high backlog it is taking approximately 60 days (two months) to provide access to contractors to download plans and specifications. Due to the sever backlog confirmed by the Defense Logistics Information Service (DLIS) Joint Certification Program (JCP), we highly encourage contractors to apply for a MPIN as soon as possible. Please use the most current registration language provided below: 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, BUT THERE IS CURRENTLY UP TO A 60 DAY BACKLOG AND YOU ARE ENCOURAGED TO APPLY EARLY. 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 specifications 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 FedBizOpps 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 offerors 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 FedBizOpps website. Items or installations during construction that are required from ONLY ONE SOURCE as meeting the Governments requirements from FAR 6.302-1 are as follows. 1. Local controls contractor, Westover Corporation, is the only acceptable installer of the Andover Continuum product line. Items or installations during construction that are required from ONLY ONE BRAND as meeting the Governments requirements from FAR 6.302-1 are as follows. 1. Best locks and lock cylinders. 2. The control system is required to be Andover Continuum product line 3. APC equipment racks and associated UPS, and power distribution equipment for the server room. The above items are required as the only source or products able to satisfy the Government's requirements. Funds are not presently available for this requirement. The Government's obligation under this synopsis is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for the resulting contract. Contracting Office Address: USPFO for Colorado, ATTN: Mail Stop 66, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511 Place of Performance: South of Building 1500, Buckley AFB, Colorado. Points of Contact: Mr. Jesse Searles, jesse.searles1@us.army.mil, 720 847 8678 Mr. James Rawlings, james.s.rawlings@us.army.mil, 720-847-8677
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-12-R-0011/listing.html)
 
Place of Performance
Address: TUAS South of Existing Building 1500 Buckley AFB CO
Zip Code: 80011-9511
 
Record
SN02800825-W 20120714/120712235138-20a5a6dfe4af6ab87cf52c5a7a41424d (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.