MODIFICATION
Y -- Construct a TFI-cNAF Beddown-Upgrade Facilities at Otis Air National Guard Base, Massachusetts
- Notice Date
- 4/1/2013
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-13-R-0004
- Response Due
- 4/8/2013
- Archive Date
- 5/31/2013
- Point of Contact
- Marilyn R Hill, 586-239-5485
- E-Mail Address
-
USPFO for Massachusetts
(marilyn.r.hill1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- TFI-CNAF BEDDOWN-UPGRADE FACILITIES. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. National Guard Bureau, PARC-S, Selfridge ANGB, Michigan may issue a solicitation and award of a contract to complete the TFI-cNAF Beddown-Upgrade Facilities at Otis Air National Guard Base, Massachusetts, subject to availability of funds. The contracted work will be as follows: Renovate approximately 10,000 SF of Building 162, 23,000 SF of Building 165 and construct an approximate 2,000 SF addition to Building 165. Extensively renovated in 1989, Building 162 is a 27,151 SF slab on grade, steel frame, CMU cavity wall building with a ballasted EPDM roof. Building 165, built in1989 is a 22,738 SF slab on grade, steel frame, CMU cavity wall, brick veneered building with a single membrane EPDM roof. The scope of work within Building 162 shall include the replacement of HVAC equipment serving one-half of the facility, upgrade of electrical distribution, new lighting, ABA compliance retrofits and the construction of a new secure storage area. Only one-half of Building 162 is impacted by this project. Building 165 shall be extensively renovated under the scope of this contract. All existing HVAC systems shall be removed and replaced with new. Plumbing systems shall be modified to support lavatory ABA compliance. A new standing seam metal roof shall replace existing. Interior wall partitions shall be removed and a new floor plan established. Electrical distribution, emergency power and lighting shall be upgraded along with a new electrical service for the facility. Approximately 10,000 SF of ICD 705compliant space shall be constructed within the building along with 2,000 SF of secure area new construction. Site work shall include the installation of new utilities and the establishment of new parking areas within existing paved footprints. The renovation of Building 165 has been designed for LEED Silver accreditation. Option line items include (1) Mill and pave parking area, Bldg 165, chair rail and wainscot, Bldg 165, tile in lieu of carpet, Bldg 165, latrine renovations and a new roof on Bldg 162. The magnitude of this project is between $5,000,000 and $10,000,000. All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 4:00 pm 08 April 2013. NAICS code 236220 applies to this project. The size standard for this NAICS is $33.5M. Your attention is directed to FAR Clause 52.219-14(b)(3) which states quote mark 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. This notification, which shall not exceed five typewritten pages, must include a (1) positive statement of intent to bid as a prime contractor, and (2) a completed and signed Source Sought Information Request Form and (3) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, Contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. (5) A letter from your surety with your maximum bonding capacity per project. In the event that adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email by 8 Apr 2013 to: jeffrey.braun.ctr@ang.af.mil and marilyn.hill@ang.af.mil. Include the following in the subject line-Sources Sought W912SV-13-R-0004. No facsimile responses will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-13-R-0004/listing.html)
- Place of Performance
- Address: USPFO for Massachusetts 50 Maple Street, Milford MA
- Zip Code: 01757-3604
- Zip Code: 01757-3604
- Record
- SN03025732-W 20130403/130401234835-73e9bab96eac2e2d250141dd742f2d30 (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 |