SOLICITATION NOTICE
Y -- MPMG Range Construction
- Notice Date
- 6/11/2020 12:43:32 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
- ZIP Code
- 43235-2712
- Solicitation Number
- W9136420B0001
- Response Due
- 7/20/2020 7:00:00 AM
- Archive Date
- 08/04/2020
- Point of Contact
- Jamison Harned, Contract Specialist, Phone: 614-336-6667, Elaine Farabee, Contracting Officer, Contract Officer, Phone: 614-336-7430
- E-Mail Address
-
jamison.w.harned.civ@mail.mil, elaine.m.farabee.civ@mail.mil
(jamison.w.harned.civ@mail.mil, elaine.m.farabee.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USPFO for Ohio 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 Multi-Purpose Machine Gun (MPMG) Range in Ravenna, OH (Portage County). The scope of work consists of constructing a new firing range and the associated structures to support training operations. The existing range, including all targets, and structures, will be demolished. The site will be cleared of any remaining trees, stumps, or obstructions. New target embankments will be installed replicating mobile and stationary targets. The targets and accessory facilities will be accessed via new aggregate roadways and sidewalks. New underground power and data distribution will be provided to each target location. New overhead power will also be provided to the site. The structures being constructed on the site include a new Control Tower, Operations & Storage building, Classroom building, Covered Mess, Ammunition Breakdown, Bleacher Enclosure, and Portable Latrine Area. The Control Tower will be steel framed with a metal grate observation deck at the intermediate level. The Control Room will consist of insulated metal wall and roof panels. The bleacher enclosure will be steel framed with metal wall panels and a standing seam roof. The Covered Mess is a slab on grade pavilion with a standing seam roof, serving counter, and picnic style seating. The Portable Latrine Area is a slab on grade with three sided masonry walls. The remaining buildings are to include masonry bearing walls, light gauge metal trusses, and standing seam metal roof systems. Heating and cooling will be provided to the Control Tower, Operations & Storage building, and Classroom via packaged thru-wall AC units. Exhaust fans will also be provided for the Operations & Storage building. Each building will include a 100A distribution panel, lighting, and convenience power. The contract duration is 545 days after NTP. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,5000,000.�The magnitude is between $5,000,000 and $10,000,000. 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 the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees�. All dates are tentative dates. Official dates will be included in the full solicitation. The tentative date for issuing the solicitation is on-or-about 30 March 2020. A site visit will pre-empt the bid opening. All questions must be submitted no later than 12:00 pm local time 27 APR 2020. The bid opening date is scheduled for on-or about 23 May 2020. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to https://beta.sam.gov/. You will need your DUNS number register. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Business Opportunities website on-line at �https://beta.sam.gov/. Beta SAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with beta SAM before accessing the system. (Please note the registration for access to the secure site may take 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 beta SAM must access the data for this solicitation with their MPIN. Bidders/offerors cannot log into the beta SAM 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://beta.sam.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, 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 Ravenna, OH. Amendment includes information on the use of option CLINs in the solicitation. What follows is the bid schedule by CLIN to include the base bid and option CLINs. CLIN 0001: Base Bid The Base Bid includes all labor, materials and equipment to construct the MPMG Range consisting of nine (9) firing lanes used to train and test Soldiers on the skills necessary to zero, detect, identify, engage, and defeat Stationary Infantry Targets, Moving Infantry Targets, and Stationary Armor Targets in a tactical array. Lanes 1, 2 and 3 consist of standard 1,500-meter lanes. Lanes 4 through 9 consist of standard 800-meter lanes. The base bid includes the protection/reconstruction of groundwater monitoring wells. The Base Bid also includes all the site work required for the Range Operations Control Area (ROCA) and associated structures CLIN 0002: CMRA; Contract Manpower Reporting Act The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), this runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of the current FY. CLIN 0003: OPT 1, Removal & Disposal BLDG 1602 HAZMAT Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 1 is for the removal and disposal of hazardous materials in building 1602. CLIN 0004: OPT 2, DEMO & Remove BLDG 1602 Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 2 is for the demolition and removal of building 1602. Hazardous materials are included in option 1 of this bid schedule. CLIN 0005: OPT 3, DEMO & REMOVE BLDG 1603 Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 3 is for the demolition and removal of building 1603. FOB: Destination CLIN 0006: OPT 4, Overhead Electrical SVS ALT Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 4 is for the Overhead Electrical Service Alternate from connection point north of project site at Smalley Rd. This option should clearly delineate the deduct from the base bid Overhead Electrical Service from connection point south of project site at Ravenna Arsenal/Old Newton Falls Road. CLIN 0007: OPT 5, Bleacher Enclosure Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 5 is for the construction of the bleacher enclosure. CLIN 0008: OPT 6, Operations / Storage BLDG Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 6 is specifically for the construction of the operations or storage building CLIN 0009: OPT 7, Covered Mess Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 7 is specifically for the construction of the covered mess. CLIN 0010: OPT 8, Gates Optional Bid Items are inclusive of all labor, materials, and equipment to construct the option. Option 8 is specifically focused on the construction of the gates as outlined in specification 0055000. Gates as outlined in this option are the responsibility of the OHARNG and not the DOR. All other portions are the requirement of the DOR. Additional information to be provided in the formal issuance of the soliciation. Contractors are encoruaged to check beta.sam.gov for additional details.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/342c3a15139f4c0a990b75fecdfd78a6/view)
- Place of Performance
- Address: Ravenna, OH 44266, USA
- Zip Code: 44266
- Country: USA
- Zip Code: 44266
- Record
- SN05687326-F 20200613/200611230158 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |