SOLICITATION NOTICE
Y -- SINGLE SB SET-ASIDE WITH OPTIONS Request for Proposal (RFP) to award a single firm fixed-price contract for GENERAL CONSTRUCTION OF MANUEVER AREA TRAINING EQUIPMENT SITE (MATES) at Ft Irwin Training Base, Ft Irwin, CA
- Notice Date
- 7/23/2013
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-13-R-0003
- Response Due
- 8/1/2013
- Archive Date
- 9/21/2013
- Point of Contact
- AMBER MILTON, 805-594-6313
- E-Mail Address
-
USPFO for California
(amber.c.milton.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO for California located at 2303 Napa Ave San Luis Obispo, CA, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for GENERAL CONSTRUCTION OF MANUEVER AREA TRAINING EQUIPMENT SITE (MATES) at Ft Irwin Training Base, Ft Irwin, CA. The facility consists of a complex of buildings and the associated site work. Project to be LEEDR Silver Certified. Construction services will consist of the construction of a new Maneuver Area Training Equipment Site (MATES) The facility consists of a complex of buildings and the associated site work. Base Bid includes the construction of Organizational Maintenance Building/Welding Bay (Building 3, 16,000 SF), The purpose of these facilities is to provide general equipment maintenance and include the following spaces: 10 work bays, the work bay is 32' x 34' with a minimum hook height of 16' and includes adequate circulation space around the vehicles and through the building for maintenance personnel. Each work bay has an exterior overhead door for vehicle access and has a 7.5-ton bridge crane available to it. There are satellite computer terminals (SCT) located in the work bay areas for parts ordering and information access. The OM buildings have a sloping roof configuration that allows the wind to circulate through door openings across the work bays to operable ventilation louvers on the opposite side of the building. This building is constructed of CMU walls, with concrete slab floors and a corrugated metal sub screen roof. This building also has common core area that contains personnel support functions and mechanical equipment room, break room, latrines/shower/locker rooms, supervisor offices and tool supply room. Building, weapons vault/Basic Issue Items maintenance (Building 15, 15,931 SF), Construction of this building is of CMU block, concrete slab floors, single ply roof system. Special requirements of this building include a dust-free environment, a static-free floor and precise temperature and humidity control in the weapons vault only. Building is code compliant. BII storage Building 16 A&B (8,920 SF), The building is a customer support facility used to store, repair, issue and turn in basic issue items (BII) for the customer vehicles maintained at this facility. Constructed of CMU wall, concrete slab floor with single ply roof. BII storage Building 16 C&D (8,920), The building is a customer support facility used to store, repair, issue and turn in basic issue items (BII) for the customer vehicles maintained at this facility. Constructed of CMU wall, concrete slab floor with single ply roof. Maintenance Shelter building (Building 18 44,928 SF), Four maintenance shade shelters will be located directly north of the issue yards. Constructed of CMU walls, steel columns and 18 quote mark wide standing seam metal roof. Fencing with Military Vehicle lighting, Construct and install security fences and lighting along the boundaries and around buildings including gates and latches per details in C-130 and C -131. Site Preparation, All work in connection with the preparation of the project site (within the limits of construction) to bring the sub-grade elevations required for the construction of facilities to the elevations specified on the plans, including clearing, grubbing, excavation and importing base, and final grading/compaction of site soils to sub-grade levels. The costs for each portion of this work shall be indicated separately as listed above (clear and grub and over-ex/import/compact/grade). This Line Item does NOT include any work specifically defined by Option Items Parking and Access All work in connection with the furnishing, placing, and compaction of base courses of pavements for access roads and parking areas, including the finish shaping and proof rolling of the prepared sub-grade, surface courses, striping, surface drainage structures (curb and gutter). The costs for each portion of this work shall be indicated separately as listed above (POV Parking, GOV Parking & Access Roads). This Line Item does NOT include any work specifically defined by Option Items Utility Connections, All work in connection with furnishing and installing water, natural gas, subsurface storm drainage, and sanitary sewer services lines (including trenching, and backfill) from the existing mains to a point 5 feet outside the building lines. This item shall also include trenching, backfilling and compaction for direct burial electrical power supply and phone/data cables to each building. The costs for each portion of this work shall be indicated separately as listed above (water, gas, sewer, storm drain, power, and phone/data). This Line Item does NOT include any work specifically defined by Option Items Site Improvement All work in connection with furnishing surface site improvements including walkways/sidewalks, landscaping, irrigation, utility pads, (trash, electrical, generator and required enclosures for these items), rigid pavements (work aprons at work bay doors and supply room doors), exterior lighting, fencing and gates. This line also includes the gate controllers and access control systems for the two automated gates. The costs for each portion of this work shall be indicated separately as listed above (walkways/sidewalks, landscaping/irrigation, utility pads, rigid pavement, exterior lighting, fencing and gates). This Line Item does NOT include any work specifically defined by Option Line Items s. Additive bid items include: Training and Canvas Building (Building 14 5,253 SF), This facility supports two distinct functions: training and canvas repair. Building constructed with CMU 1 split face and CMU3 precision face with a standing seam metal roof. Wash Facility (Building 19), Four bay wash rack that includes 10'x 10' (interior clearance) shed constructed with CMU walls with a metal roof deck. Covered GSA Parking (Building 21 3,360 SF), This is a steel open structure with a metal canopy adjacent to existing building #7. Roadway, This work consists of constructing a roadway with Hot Mix Asphalt (HMA) paving 5 in with base course inter the HMA paving. This also includes the site prep, utilities connections, lights and roadway striping. Bulk Petroleum, Oil and Lubricant (POL) Storage & Track Maintenance Shelter building (Building 20 & 22), ): Bulk POL storage building (20), building consists of three main enclosed areas: Bulk POL storage for lubricating/antifreeze dispensing system, the Flammable Material Storage, and the Battery Room for storing, cleaning and charging batteries. BLDG 20 constructed of CMU wall, single ply roof system. BLDG 22 Concrete slab floors with metal seam sun screen roof. Mess Shelter (Building 17 3,680 SF) Four mess shelters will be provided for customer use. Wide Flange columns with concrete slab floors. Magnitude of the project is between $10,000,000 and $25,000,000. Construction/contract completion time is 450 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236210. 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 quote mark 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 quote mark applies to this project. The tentative date for issuing the solicitation is on or about 01 August, 2013 The tentative date for the pre-proposal conference is on-or about 08 August 2013, 11:00AM local time at the Ft Irwin Training Base, MATES, Ft Irwin, CA. 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. Solicitation closing date is scheduled for on-or about 03 September 2013. 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. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. 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/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) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) 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 15 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 dataThis 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 Ft Irwin Training Base, Ft Irwin CA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-13-R-0003/listing.html)
- Place of Performance
- Address: USPFO for California 2303 Napa Ave San Luis Obispo CA
- Zip Code: 93405
- Zip Code: 93405
- Record
- SN03123823-W 20130725/130723234658-6bc2093bb97acda199bbf6008a38fbe1 (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 |