Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2012 FBO #4037
SOLICITATION NOTICE

Y -- Construct Predator Launch and Recovery Element (LRE)

Notice Date
12/11/2012
 
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
W912L213B0001
 
Response Due
2/28/2013
 
Archive Date
2/9/2013
 
Point of Contact
Thomas Schoening, 602-267-2804
 
E-Mail Address
USPFO for Arizona
(thomas.h.schoening.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Arizona 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 a Predator Aircraft Launch and Recovery Element (LRE) at Ft. Huachuca, Arizona. This project will provide an approximately 20,600 SF maintenance hangar and 2000 SF LRE, with reinforced concrete foundation and floor slab, steel framed masonry walls and sloped standing seam metal roof. Construction includes interior walls, fire protection, utilities and mechanical systems. This project will meet or exceed a USGBC LEED Silver Certifiable level of construction. The contract duration is 420 days after Notice-To-Proceed. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. The magnitude is between $5,000,000 and $10,000,000. Your attention is directed to FAR CLAUSE 52.219-14 (c)(3) LIMITATIONS ON SUBCONTRACTING which states quote mark By submission of an offer and execution of a contract, the Offeror /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 quote mark applies to this project. The tentative date for issuing the solicitation is on or about 07 January 2013. The tentative date for the pre-bid conference is on-or about 22 January 2013, 9:00 A.M. local time, (location will be in solicitation). Interested contractors are encouraged to attend. You may be required to present the following information upon arrival in order to be granted access to the base: (1) Vehicle Registration, (2) Valid Driver's License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. A site visit will follow the pre-bid conference. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. A record of the conference shall be made and furnished to all prospective bidders via posting to http://www.fbo.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. The bid opening date is scheduled for on or about 12 February 2013. Actual dates and times will be identified in the solicitation. Interested bidders must be registered in the GSA System for Award Management (SAM) database. Effective May 29, 2012, Government systems such as CCR and ORCA (on-line representations and certifications) migrated to the System for Award Management (SAM). Interested bidders MUST be registered in SAM. To register in SAM go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. Interested bidders are required to submit their representations and certifications at the same site. The solicitation and associated information and the plans and specifications will be made 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/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) 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. 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. (PLAN ACCORDINGLY). Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. 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 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 web. Place of performance is Ft. Huachuca, Arizona. There are 4 items that have been identified in the plans and specifications as either sole source or are identified by brand name. Those items are: 1) Best Locks. 2) Fire Alarm Panel and Transmitter - Monaco. 3) Incoming Power-SSVEC quote mark (Sulphur Springs Valley Electric Cooperative). 4) Security Alarm - ISIDS3. The Justification and Approval (J&A) documents will be posted along with the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L213B0001/listing.html)
 
Place of Performance
Address: USPFO For Arizona Ft Huachuca Sierra Vista AZ
Zip Code: 85613
 
Record
SN02946763-W 20121213/121211234820-a10d3b4b66e990f13d6a7c57d93003ed (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.