Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2003 FBO #0513
SOURCES SOUGHT

Z -- - Construction and renovation to the 130th AW Aerospace Dining Facility.

Notice Date
4/24/2003
 
Notice Type
Sources Sought
 
Contracting Office
130 AW/LGC, West Virginia Air National Guard, 1679 Coonskin Drive, Unit 36, Charleston, WV 25311-5010
 
ZIP Code
25311-5010
 
Solicitation Number
DAHA46-03-B-0001
 
Archive Date
8/30/2003
 
Point of Contact
TERRY MILLS, 304-473-5207
 
E-Mail Address
Email your questions to 130 AW/LGC
(p&cwv@wv.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This solicitation notice is for the construction and renovation to the Aerospace Dining Facility, Project Number LYBH980815, located at the 130th Airlift Wing, West Virginia Air National Guard Base, Central West Virginia Regional Airport Yeager Airfield, C harleston, West Virginia. The project includes the construction of a 1600 SF structural steel framed, masonry block faced, standing metal seam roof single-story building with dining area, scullery, and storage area. Supporting construction includes renova tion of dining and serving area, additional storage area, and administrative space. The contractor will furnish all materials, tools, labor, equipment, and supervision necessary to perform and complete the work. The estimated construction cost is between $1.0 million to $5.0 million. The type of contract is a firm fixed price. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Firms can register via the CCR Internet site at http://www.ccr.gov or b y contacting the CCR Information Center at 1-888-227-2423. The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. The small business size standard is $28.5 million. This ac quisition is unrestricted regarding business size with Price Evaluation Preference for HUBZone Small Business Concerns (reference FAR 52.219-4). All responsible sources are encouraged to bid. If the low bidder is a large business, the firm shall be require d to submit a small business subcontracting plan in accordance with FAR 52.219-009, Alternate I. The subcontracting goals for the National Guard which will be considered in the award of this contract are: at least 63.8% of a contractor's intended subcontr act amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone Small Business and Service-Disabled Veteran Owned Small Business. At least 1.5% of a contractor's intended subco ntract amount be placed with SDB. At least 10.1% of a contractor's intended subcontract amount be placed with WOSB. At least 3.0% of a contractor's intended subcontract amount be placed with HUBZone. At least 3.0% of a contractor's intended subcontract a mount be placed with Service-Disabled Veteran Owned Small Business. The tentative date for issuing the solicitation is on-or-about May 28, 2003. The tentative date for the pre-bid conference is on-or-about June 12, 2003, 10:30 a.m. local time at the 130t h AW Air Base and all contractors are encouraged to attend. It is requested that any questions you might have for the pre-bid be sent via EMAIL by June 9, 2003, to p&cwv@wv.ngb.army.mil. The bid opening is scheduled for on-or-about July 1, 2003, 10:30 a.m . local time at the 130th AW Air Base. Construction/contract completion time is 240 days. This project has been assigned Invitation for Bid (IFB) number DAHA46-03-B-0001. Requests for the solicitation package should be submitted as soon as possible after the formal issue of this advertisement in Federal Business Opportunities (FedBizOpps). To obtain Plans and Specifications offerors must register in the Electronic Bid Solicitation (EBS) system located at http://www.wv.ngb.army.mil/contracting. Additional instructions and a link to the EBS system will be available on the West Army National Guard web site. Any prospective bidder interested in bidding on this solicitation must register in the EBS System to be placed on the plan-holders list. If you do not register, the United States Government is not responsible for providing you notifications of any changes to this solicitation. The entire solicitation including plans and specifications will be available in electronic format through the EBS site. Prospec tive bidders may also obtain plans and specifications in hard copy or compact disk (CD) format by writing to Burgess and Niple Limited, Inc., 4424 Emerson Avenu e, Parkersburg, West Virginia 26104. A non-refundable fee of $165 per set will be charged for the printed version, and a non-refundable fee of $25 per copy will be charged for a CD. Payment will be made by check to Burgess and Niple Limited, Inc. Any pr ospective bidders obtaining the plans and specifications from Burgess and Niple are still required to access the aforementioned EBS web site and register to be placed on the plan-holders list. Amendments, if/when issued will be posted to the EBS system fo r electronic downloading. This will normally be the only method of distributing amendments; therefore, it is the offeror?s responsibility to check the web site periodically for any amendments to this solicitation. Web sites are occasionally inaccessible due to maintenance activities. 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. Bidding Documents may be examined without charge at the follo wing locations: Burgess and Niple Limited, Inc., 4424 Emerson Avenue, Parkersburg, WV 26104, F. W. Dodge Corporation, No. 2 Players Club Drive, Charleston, WV 25311; Contractor's Association of West Virginia, 2114 Kanawha Boulevard, East, Charleston, WV 25311; Kanawha Valley Builders Association, 1627 Bigley Avenue, Charleston, WV 25311; and Pittsburgh Builders Exchange, Building Industry Center, 2270 Noblestown Road, Pittsburgh, PA 15205. The solicitation package may also be viewed at the office of the Base Civil Engineer, 130th AW, Charleston, West Virginia. To set up an appointment to view the documents at the Civil Engineer office, please phone (304) 341-6232. Technical inquires may be directed to MAJ John W. Dulin or Chief Master Sergeant Rusty Broth erton at (304) 341-6232 between 7:30 am and 4:30 pm EST, Tuesday through Friday (No collect calls), or EMAIL john.dulin@wvchar.ang.af.mil with a copy furnished to rusty.brotherton@wvchar.ang.af.mil. For inquiries regarding the solicitation, contact MAJ T erry L. Mills at (304) 473-5207, Mrs. Jackie Gibson at (304)473-5250 or Mrs. Pat Karickhoff at (304)-473-5266 (No collect calls) or EMAIL questions to p&cwv@wv.ngb.army.mil.
 
Place of Performance
Address: 130 AW West Virginia Air National Guard, 1679 Coonskin Drive Charleston WV
Zip Code: 25311-5010
Country: US
 
Record
SN00311218-W 20030426/030424213621 (fbodaily.com)
 
Source
FedBizOpps.gov 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.