Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
SOLICITATION NOTICE

Y -- Replace Fire Crash/Rescue Station, Jacksonville, FL

Notice Date
4/18/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN18B0001
 
Point of Contact
Brian Joseph Williams, Phone: 9048230567
 
E-Mail Address
brian.j.williams9.mil@mail.mil
(brian.j.williams9.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Florida 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 new, 17,400 square foot fire crash/rescue station. This facility will include, but not be limited to, Sleeping Quarters, Kitchen and Break Room, Day Room, Vehicle Operations Bays, Command and Control/Fire Control Rooms, Training Classrooms, Equipment and Chemical Storage, Offices, Restrooms and Showers, and a Physical Fitness Area. The scope of Construction will include, but not limited to, construction of reinforced concrete foundation and floor slab, reinforced masonry walls, structural steel framing, standing seam metal roof, heating, ventilation, and air conditioning (HVAC), interior walls, finishes, ceilings, and utilities. New exterior utilities, communications infrastructure, fire protection, backup electrical generator, access pavements and roadway improvements to Infield Road, Shooting Star Road, and the flight line access road are also required, as well as site improvements and support necessary to fulfill functional requirements. The bid schedule will include a base bid and five (5) additive bid items, including, 1. Exterior Truck Wash Facility, 2. Additional Concrete Drive in lieu of Asphalt, 3. Resinous Flooring in apparatus Bay, 4. Two large ceiling fans mounted in apparatus bay, 5. Uncovered outdoor patio. The contract duration is 365 calendar days after issuance of 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 $36,500,000.00. The estimated magnitude of construction (see FAR Subpart 36.204) is between $5,000,000 and $10,000,000. Your attention is directed to applicable FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING, which states, "[b]y 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". The tentative date for issuing the solicitation is on-or about 18 May 2018. The tentative date for the pre-bid conference is on or about 25 May. The specific date, time, location and participation instructions will be included in the solicitation. 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-bid conference. All questions must be submitted in writing in order to provide answers. The bid opening date is scheduled for on or about 20 June 2018. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in 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 must register with FedBizOpps before accessing the system. Registration instructions can be found at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. All project drawings and specifications will be marked for explicit access. Contractors must request explicit access by clicking on the "request explicit access" button. 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 Jacksonville, FL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN18B0001/listing.html)
 
Place of Performance
Address: 125th Fighter Wing, Jacksonville International Airport, Jacksonville, Florida, 32218, United States
Zip Code: 32218
 
Record
SN04893498-W 20180420/180418230803-ececd86d34abb35d3b05d6accc44c404 (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.