Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2018 FBO #6011
MODIFICATION

Z -- Alteration and Reconfiguration of Bldg for Cyber Operations

Notice Date
5/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, CRTC-ALPENA, MI ANG, 5884 A STREET, ALPENA, Michigan, 49707-8125, United States
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB-18-R-8004
 
Archive Date
3/2/2018
 
Point of Contact
Timothy D. Frasier, Phone: 9893546283, Steven A. Stocking, Phone: 5862394881
 
E-Mail Address
timothy.d.frasier.mil@mail.mil, steven.a.stocking3.mil@mail.mil
(timothy.d.frasier.mil@mail.mil, steven.a.stocking3.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: SINGLE SMALL BUSINESS SET-ASIDE WITH OPTIONS - CONSTRUCTION Document Type: Pre-solicitation Notice Solicitation Number: W912JB-18-R-8004 Classification Code: Z - Maintenance, Repair, Alteration of Structures/Facilities Set-Aside: Total Small Business NAICS Code: 236220 - Commercial and Institutional Building Construction The Michigan Air National Guard Contracting Center (MACC), intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for the ALTERATION AND RECONFIGURATION OF BUILDING 6922 FOR CYBER OPERATIONS, BATTLE CREEK AIR NATIONAL GUARD BASE (KELLOGG AFB), MICHIGAN. Construction services will consist of the alteration and reconfiguration of building 6922 in order to be capable of supporting a Cyber Operations mission. The installation requires a properly sized an configured facility to support multiple Cyber Operation Flights, a Cyber Operations Floor, Command and Control, Training, Testing, Cyber Operations Support and Maintenance, Server Bay, as well as other support functions. The alteration will include multiple disciplines of construction services, to include alteration and reconfiguration of building layout, mechanical, electrical and plumbing. Additionally, this project will also require robust communications support, brand name/sole source components (required by regulation), as well as other special construction requirements, such as Intrusion Detection, Surveillance and Secure Areas. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The brand names/sole source items are as follows: •1. Federal Signal UVIC Panel •2. Advantor Intrusion Detection System •3. Monaco Interface Panel In addition to a base price for the work describe above the solicitation includes the following Government Options for this project: •1. Access Flooring for Cyber Operations •2. Wiring for Communications, Access Control and Security Systems •3. Metal Lockers The magnitude for this project is between $5,000,000 and $10,000,000. Construction/contract completion time is 365 calendar days after the issuance of the Notice to Proceed (NTP) to include final inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $36.5 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 "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 fifteen percent (15%) of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. The tentative date for issuing the solicitation is on or about 30 MAY 2018. The tentative date for the pre-proposal conference is on-or about 5 JUNE 2018, 10:00 AM EST, local time at the 110th CES Building 7020, at Battle Creek ANGB (Kellogg AFB). 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. The solicitation closing date is scheduled for on-or-about 30 JUNE 2018. 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 are Lowest Price, Technically Acceptable (LPTA). The Government intends to award without discussions. 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: 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. This 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 at BATTLE CREEK AIR NATIONAL GUARD BASE (KELLOGG AFB), MICHIGAN.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-18-R-8004/listing.html)
 
Place of Performance
Address: 110th Civil Engineer Squadron, Building 7020, 3367 W. Dickman Road, Battle Creek, Michigan, 49017, United States
Zip Code: 49017
 
Record
SN04913756-W 20180509/180507230952-704836398498d4139991530ec75d733c (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.