REPAIR BUILDING 909 BUCKLEY AFB, COLORADO

From: Federal Government(Federal)
W9133L-16-R-0043

Basic Details

started - 29 Mar, 2016 (about 8 years ago)

Start Date

29 Mar, 2016 (about 8 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
W9133L-16-R-0043

Identifier

W9133L-16-R-0043
Department of the Army

Customer / Agency

Department of the Army
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

National Guard Bureau Operational Contracting Division (NGB-AQ) intends to issue a Request for Proposal (RFP) to award a single firm-fixed-price contract for the construction of "Repair Building 909" located at Buckley Air Force Base, Colorado. The magnitude of this project is between $10,000,000.00 and $25,000,000.00. Project square footage is estimated at 63,819 SF. Project scope includes but is not limited to: abate interior asbestos, repair/replace hangar doors; repair interiors to include all items except functioning structural elements; create code compliant egress for 1st & 2nd floors; reconfigure space for planned functional use, repair HVAC, domestic and non-potable water system, upgrade fire suppression to HEF (High Expansion Foam) and repair existing deluge system; update alarm systems and add mass notification throughout the facility, repair electrical system; replace exterior doors and windows, repair site and pavements; remove emergency generator and automatic transfer
switch; make upgrades to the facility for energy efficiency and certification of the building for LEED Silver; adding HVAC to some areas that are currently unconditioned and providing additional security fencing. Construction/contract completion time is 300 days after notice to proceed to include inspection and punch list. The largest use of the renovated facility will be an enclosed sensitive compartmented information facilities (SCIF) area for a regional F-16 flight simulation center. Interested offerors are notified and cautioned that contractors working on SCIF areas may need to demonstrate technical capability and prior performance constructing SCIF components. Certified asbestos building inspector must be onsite at all times during operations involving contaminated waste.In addition to the base price for the work described above, the RFP intends to include the following options for this project: 1)Space Finishes(Rooms); 2) Space Finishes(Rooms B104,B109,D206,and D207); 3) Thin Film Photovoltaic System; 4)Energy Recovery Units; 5) Solar Hot Water System; 6) Communications System (Turn Key); 7) Raised Floor System; 8)Install Electronic Countermeasure POD Shop Low Profile Crane; 9)HVAC in the Secure Area and Communications Rooms; 10)Temporary Trailer Facilities; 11)Remove Soil and Foundation debris and replace with suitable fill.The following four (4) sole-source brand name only requirements are anticipated to be included in the RFP: 1) AES-Fire Alarm Transmitter/Interface Panels; 2) Best Lock Cores;3) Setpoint/Delta Direct Digital Controls; and 4) Ansul Jet-X High Expansion Foam Generators/Concentrate.The North American 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. 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 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" applies to this project.The tentative date for issuing the solicitation is on or about 06 May 2016. The tentative date for the pre-proposal conference is on or about 22 May 2016, 1000 hours local time at the 140th Civil Engineering Squadron, 18848 E. Crested Butte Ave, Bldg. 830 Buckley AFB, Aurora, CO 80011-9589. Interested parties are encouraged to attend and shall follow the pre-proposal conference registration and base access requirements shown in the RFP. A site visit will follow the pre-proposal conference. Actual dates and times will be identified in the RFP document. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection Procedures. Evaluation factors include Technical Capability, Present/Past Performance, and Price. The Government intends to award without discussions. 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, D&B Legal Business Name and Address, Taxpayer Identification Number (TIN), Taxpayer Name, your Contractor and Government Entity (CAGE) Code, and your Electronic Funds (EFT) information such as your ABA routing number and account number to register. Instructions for registering are on the web page under the HELP tab. 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) DUNS Number OR you will be prompted to input your company's information such as legal name, address, telephone number, and 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 14 business days. IT IS YOUR RESPONSIBILITY TO PLAN ACCORDINGLY). Reference paragraph 4.7 of the Vendor Guide (available on web page) 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 15 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. . Offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive invitation for bid and there will not 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://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 or CD/DVD's. 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 Buckley Air Force Base, Colorado.Contact Information: JULIANNE COOPER, Contract Specialist, Phone 5862395839, Email julianne.j.cooper.civ@mail.mil - SANDRA M. KENZIE, Contracting Officer, Phone 586-239-5375, Email sandra.m.kenzie.civ@mail.mil Office Address :ATTN: NGB-AQC111 South George Mason DriveBuilding 2, 4th Floor Arlington VA 22204-1382 Location: National Guard Bureau, Contracting Support Set Aside: Total Small Business

National Guard Bureau, Contracting SupportLocation

Address: National Guard Bureau, Contracting Support

Country : United States

You may also like

CP351 RTP Cogen Building Exhaust Hoods Replacement Project

Due: 31 May, 2024 (in 26 days)Agency: Monterey One Water

Classification

NAISC: 236220 GSA CLASS CODE: Y