Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2014 FBO #4507
SOLICITATION NOTICE

Y -- Add / Alter Distributed Common Ground Station Facility (DCGS)

Notice Date
3/26/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
117 ARW/MSC, 5401 East Lake Blvd, Birmingham, AL 35217-3545
 
ZIP Code
35217-3545
 
Solicitation Number
W912JA-14-R-0005
 
Response Due
5/21/2014
 
Archive Date
6/20/2014
 
Point of Contact
Kelly Waldrop, 205-714-2347
 
E-Mail Address
117 ARW/MSC
(117arw.contracting@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Alabama Air National Guard, 117th Air Refueling Wing, located in Birmingham, Alabama intends to issue a Request for Proposal (RFP) to award a firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to completely renovate an existing Intelligence Squadron Building 495, upon completion, this project should achieve a LEED Certified rating. Project Number: BRKR999147 - Add / Alter Distributed Common Ground Station Facility (DCGS), work will include, but not be limited to the renovation / addition, for this project. The work will also include the 5 Bid Options listed below. A complete renovation of the existing 117th Intelligence Squadron Building, 495, will include a SCIF (Secure Compartmentalized Information Facilities) sufficiently large enough to accommodate up to 100 intelligence data terminals and workstations as required for the daily production of highly classified information as well as sufficient training work space, anti-terrorism /force protection and security measures, alarm systems perimeter fencing, reconfiguration of the existing 12,900 square foot building, and an addition of 10,000 square feet of new construction. Options listed are as follows: Option 1 - Add Parking on South-side of B Street. Option 2 - Hydro-stop Roofing. Option 3 - Rainwater Harvesting System & Water Efficient Landscaping. Option 4 - Upgrade Air Barrier / Under slab Vapor. Option 5 - New Turn In on Northeast Corner of Site. This project includes the following brand name requirements: Stanley Best Access Systems, Monaco Fire Alarm Transmitter, Advantor Security System, Hydrostop Roofing System, KMC Controls, Acme Brick, Magnaray Parking Lights, Onan Generators, S&C Electrical Equipment, TKO Roll Up Doors. (Additional information will be posted) Magnitude of this project is between $5 and $10 Million Construction/contract completion time is 630 days after Notice to Proceed, to include inspection and punch-list items. The North American Industry Classification System (NAICS) code for this work is 236220. The Small Business Size Standard is $33.5 million. This action is being procured as a 100% Small Business Set-aside. DATES ARE SUBJECT TO CHANGE: The tentative date for issuing the solicitation is on or about Thursday 17 April 2014. The tentative date for the pre-proposal conference is on or about Tuesday 22 April 2014 at 1000 hours. THIS IS THE ONLY TIME A SITE VISIT WILL BE held, due to the Security requirements of 117th Intelligence Squadron Mission. All 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. All questions for the pre-proposal conference must be submitted via email to 117arw.contracting@ang.af.mil. Include the solicitation number W912JA-14-R-0005 in all correspondence. Do not contact the A-E Firm or Base Engineering. The closing date is scheduled for on or about Wednesday 21 May 2014. Actual dates and times will be identified in the solicitation. Source Selection Procedures - In accordance with FAR Part 15.3 and DFARS Part 215.3, the evaluation factors are Technical Capability, Past/Present Performance and Price. The relative importance of the evaluation factors is as follows: Technical and Past Performance are approximately equal to each other and when combined, are approximately equal to the Price Factor. The evaluation process will follow a sequence in which the Technical will be evaluated first, the Price factor will be evaluated second and the Past Performance Factor will be evaluated third and last). Interested offeror must be registered in System for Award Management (SAM). To register 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. The solicitation, associated information, and the plans/specifications will only be available from the Federal Business Opportunities (FedBizOps) website on-line at https://www.fbo.gov FedBizOps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offeror must register with FedBizOps before accessing the system. FedBizOps registration requires the following information: 1) System for Award Management (SAM), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. NOTE: 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/offeror who has registered with FedBizOps must access the data for this solicitation with their MPIN. Bidders/Offeror cannot log into the FedBizOps home page and search for data. 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 FedBizOps page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror 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 solicitation will not be a competitive Invitation for Bid (IFB) and there will NOT be a formal, public bid opening.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01-2/W912JA-14-R-0005/listing.html)
 
Place of Performance
Address: 117 ARW/MSC 5401 East Lake Blvd, Birmingham AL
Zip Code: 35217-3545
 
Record
SN03320689-W 20140328/140326234800-2fb7ec7bb23278417014b49ab7feae69 (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.