Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2022 SAM #7478
SOLICITATION NOTICE

Y -- Maneuver Area Enhancement Training Equipment Site (MATES) in Salinas, Puerto Rico

Notice Date
5/20/2022 8:11:57 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7PA USPFO ACTIVITY PR ARNG FORT BUCHANAN PR 00934 USA
 
ZIP Code
00934
 
Solicitation Number
W912LR-22-B-1000
 
Response Due
7/1/2022 10:00:00 AM
 
Point of Contact
CPT Joseph E. Vega, Phone: 78728914007696, Kirk Swiantek, Phone: 586-239-4773
 
E-Mail Address
joseph.e.vega-quinones.mil@army.mil, kirk.m.swiantek.civ@army.mil
(joseph.e.vega-quinones.mil@army.mil, kirk.m.swiantek.civ@army.mil)
 
Description
UPDATE - Pre-Solicitation Notice for Construction of a Maneuver Area Enhancement Training Equipment Site (MATES) in Salinas, Puerto Rico Project #431847 Solicitation: W912LR-22-B-1000 Project Title: Maneuver Area Enhancement Training Equipment Site (MATES) Document Type: Pre-solicitation Notice - updated Classification Code Y�Construction of Structures and facilities Set Aside: Unrestricted NAICS Code: 236220 - Commercial and Institutional Building Construction Pre-Solicitation/Synopsis updated: The project includes all labor, materials, equipment and incidentals necessary to construct a Maneuver Area Training Area Equipment Site (MATES) facility supporting the maintenance and training operations of the Puerto Rico Army National Guard and will consist of vehicular maintenance General Purpose and Special Purpose Work bays, Work bay Egress circulation, Allied Shops, Bulky Equipment Storage, Office space, including offices, classrooms, and conference room, personnel space including break areas, locker room and toilet/shower areas. Building circulation and building mechanical, electrical, telecommunications and general support spaces to include a unisex toilet are also part of the facility. The facility will additionally have a detached enclosed Unheated Storage building. Site supporting facilities include site preparation, fine grading and seeding, storm water/storm drainage management measures, rigid and flexible pavements, curbing, sidewalks, exterior fire protection, emergency generator hook-ups, utilities, and physical security (AT/FP) measures. This project also includes selective infrastructure improvements to the existing (adjacent) Phase I facility for overall connectivity to this MATES project. The scope of this project includes the construction of a new Maneuver Area Training Equipment Site (MATES) specially designed of 157,850 a gross square feet facility supporting the maintenance and training operations of the Puerto Rico Army National Guard. This facility will consolidate the upper level maintenance of operations for the Puerto Rico Army National Guard into an updated facility that meets current requirements and will allow for better maintenance and care of the equipment stored at the training site that will improve the training benefits for the units and the Soldiers. The Project will include a Base Bid along with the following Option Bid Line Items: Base Bid������� Supporting Facilities / Primary Facility (Maintenance Shop) OLI #1a��������� Two (2) Additional Maintenance Work Bays at the Middle Work Bay Wing OLI #1b��������� Six (6) Additional Maintenance Work Bays at the Middle Work Bay Wing OLI #2����������� Unheated Storage Building OLI #3����������� Concrete Loading Ramp and associated asphalt vehicular access roadways OLI #4����������� Heavy Duty Asphalt paving at the vehicular apron areas (ZONE A) OLI #5����������� Rigid Concrete Paving at the vehicular apron areas (ZONES B&C) OLI #6����������� Concrete Vehicular Wash Platform and associated rigid concrete vehicular access roadways OLI #7����������� Concrete Recycling Dumpster area and associated rigid concrete vehicular access roadways OLI #8����������� Rigid Concrete apron at North Workbay (Both Sides) OLI #9����������� Rigid Concrete apron at Middle Workbay (Both Sides) OLI #10��������� Miscellaneous Equipment The contract duration is 730 days after notice to proceed, inclusive of options. The magnitude of construction is between $25,000,000 and $100,000,000. The North American Industry Classification System (NAICS) code for this work is 236220. �The small business size standard is $39.5 million. This action is being procured on an UNRESTRICTED basis. �The HUBZone preference IAW FAR 19.1307 applies. 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 Contractor agrees that in the case of a contract for General Construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees� which applies to this project. The tentative date for issuing the solicitation is on-or-about Mid July 2022. �The tentative date for the pre-bid conference is on-or-about will be updated with the solicitation, location will be in solicitation � Ensure to verify with the solicitation for actual date and time. 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 for the pre-bid conference must be submitted via email to joseph.e.vega-quinones.mil@army.mil and kirk.m.swiantek.civ@army.mil. The solicitation closing date will be scheduled for on-or-about 30 days after the date of solicitation issuance.� Actual dates and times will be identified in the solicitation.� The bid opening will be conducted in accordance with FAR Subpart 14.4 and DFARS Subpart 214.4, Opening of Bids and Contract Award. �Actual dates and times will be identified in the solicitation. Interested offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted.� To register go to www.sam.gov.� You will need your DUNS number, Taxpayer Identification Number (TIN), and banking information to register.� Instructions for registering are on the SAM web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available as controlled documents only from the betaSAM Contract Opportunities website on-line at www.beta.sam.gov. �betaSAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. �Interested bidders must register with betaSAM before accessing the system. Bidders who have registered with betaSAM must request access to controlled but unclassified information in attachments.� The �Access� column on the attachment page will display �Controlled.�� Initiate your request for access by clicking the attachment.� You will be added to the Authorized Parties List by submitting a DD FM 2345, DLA Logistics Information Service's Joint Certification Program or you can request for access. �If you are a U.S Entity, do not submit a DD Form 2345 unless you have a Valid Data Universal Numbering System (DUNS) number, currently registered in the System for Award Management System (SAM), and have an Active Commercial and Government Entity/North Atlantic Treaty Organization (CAGE/NCAGE) Code.� You may email your completed, signed and dated DD Form 2345 request along with your company's supporting documentation to JCP-Admin@dla.mil.� (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY!) This solicitation is an invitation for bids and there will be a formal public bid opening. 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, preferable via email to the persons specified in the solicitation. �All answers will be provided in writing via posting to the web.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ceced082552a449bb4d7871db79ffe8c/view)
 
Place of Performance
Address: Salinas, PR 00751, USA
Zip Code: 00751
Country: USA
 
Record
SN06333947-F 20220522/220521211346 (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 |
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.