Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
SOLICITATION NOTICE

Z -- AOG BEDDOWN BLDG 430, PROJECT NO. FFAN139009 - Attachment 1 J&A for Brand Name Items

Notice Date
5/11/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-16-B-0001
 
Point of Contact
Cathy S. Hill, Phone: 5152524508
 
E-Mail Address
cathy.s.hill2.mil@mail.mil
(cathy.s.hill2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 J&A for Brand Name Items The USPFO for Iowa intends to issue an Invitation for Bid to award a single firm fixed-price contract for construction services for the AOG Beddown project within Building 430, Project Number FFAN139009, located at the Iowa Air National Guard Base in Des Moines, Iowa. The project consists of converting a portion of the existing Building 430 to support new Air National Guard mission, and project will utilize conventional construction methods to accomplish the renovation of the facility. The project will convert a portion of a single story warehouse into a two-story administrative office area. The renovation will require replacing the existing concrete floor and inserting a new structural system for a new second floor level within the existing facility. The project consists of site work, site utilities, paving, landscaping, earthwork and interior renovation, including concrete, pre-cast concrete, masonry, structural steel, casework, misc. roofing, doors & hardware, windows, finishes, accessories, mechanical, plumbing, fire protection, communications, security and electrical systems, to existing Building 430. Work includes but is not limited to selective demolition, sidewalks, paving, earthwork, concrete foundations, concrete slabs on grade, concrete floor repairs, pre-cast concrete walls and floors, concrete block partitions, structural steel, millwork, insulations, sealants, doors, windows, interior stud wall partitions, interior finishes, accessories, window treatments, elevator, plumbing systems, HVAC systems and electrical service, lights, power, data and other miscellaneous building components. Special construction requirements include secured acoustical perimeter walls at secured operations areas; high performance sound doors. The project will meet the USGBC LEED Silver Certifiable level of construction. The project will also include the removal and replacement of approximately 12,000 SF of existing roofing over an adjacent area of Building 430. The work includes but is not limited to the removal of an existing EPDM system and installation of a new single-ply TPO membrane roofing system. The contract construction period of performance will be 365 days after NTP. This project is set aside 100% for Small Business. The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $36,500,000.00 average annual revenue for the previous three years. The magnitude of construction is between $5,000,000.00 and $10,000,000.00. The solicitation will include a BRAND NAME JUSTIFCATION for the Simplex - fire alarm reporting system; Invensys Building Systems by T.A.C and DDC reporting/control system; the Best Access Systems - door locks; and the Knox Company - Secure key storage system. Your attention is directed to FAR CLAUSE 52.219-14(c)(3) Limitations on Subcontracting which states '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' applies to this project. The solicitation is tentatively scheduled to be released on-or about 26 May 2016. A pre-bid conference is tentatively scheduled for 1 June 2016, 12:30 P.M. local time. The location of the pre-bid conference will be in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. Prospective bidders will be given an opportunity to attend an organized site visit following the pre-bid conference. All questions for the pre-bid conference must be submitted via email to cathy.s.hill2.mil@mail.mil and mark.l.thompson10.mil@mail.mil not later than 10:00 A.M. on 31 May 2016. The bid opening date is scheduled for on-or about 28 June 2016. Actual dates and times will be identified in the solicitation. Interested offerors 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 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) SAM 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 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. 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. 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 offeror's inability to access the documents posted on the referenced web pages. The Government will not issue any paper copies. All inquiries must be in writing, via email to the persons specified in the solicitation. All answers will be provided in writing and posted to https://www.fbo.gov/. Place of performance is 132 Wing, Iowa Air National Guard Base, 3100 McKinley Avenue, Des Moines International Airport, Des Moines, Iowa.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-B-0001/listing.html)
 
Place of Performance
Address: 132 Wing, Iowa Air National Guard Base, 3100 McKinley Avenue, Des Moines International Airport, Des Moines, Iowa 50131-1902, Des Moines, Iowa, 50131-1902, United States
Zip Code: 50131-1902
 
Record
SN04113289-W 20160513/160511234531-70b3f81a34498ae2a31e54ec50dc4664 (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.