SOLICITATION NOTICE
Y -- Joint Force Headquarters
- Notice Date
- 1/4/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Massachusetts, 50 Maple Street, Milford, Massachusetts, 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-10-R-0001
- Point of Contact
- Jean T. Greenwood, Phone: 508-233-6663, Erika L Reinikainen, Phone: 508-233-6669
- E-Mail Address
-
jean.greenwood@us.army.mil, erika.reinikainen@us.army.mil
(jean.greenwood@us.army.mil, erika.reinikainen@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- TITLE: PROJECT # 250087 -Joint Force Headquarters, Hanscom Air Force Base, Massachusetts. The solicitation will be available from National Guard Bureau's Business Opportunities Website for Electronic Business Solicitations (EBS) on-line at http://www.nationalguardcontracting.org/EBS/AdvertisedSolicitations.asp. WE DO NOT CURRENTLY HAVE AN ANTICIPATED REQUEST FOR PROPOSAL DATE. All requests for solicitations shall go through the EBS site. Interested bidders are REQUIRED to register on the EBS website to access/download the solicitation. Clicking on the solicitation number link will start the registration process. The solicitation and associated information minus the plans and specifications will be available ONLY from the EBS website. The plans and specifications will be available ONLY from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. No paper copies will be issued. Interested bidders are also REQUIRED to register on the FedBizOpps website to access/download the plans and specifications. Registration information is available on the FedBizOpps homepage. DESCRIPTION OF WORK: The Contractor will provide all labor, materials, equipment, and supervision necessary to perform all work required to construct a new Joint Force Headquarters (JFHQ) Building, Phase I, for the Massachusetts National Guard in strict accordance with the detailed requirements of the technical provisions. Phase II is not being solicited at this time. The project proposes the new construction of a specially designed JFHQ multi-story building of permanent masonry type construction with appropriate parking and circulation areas. Phase I would contain approximately 114,000 square feet (sf). The proposed construction consists of reinforced concrete foundation and floor slab with steel framed masonry walls and a metal paneled roof system with integrated gutters. The building's structural components are designed to resist the effects of earthquake motions according to Code 1. Interior partitions, utility systems, plumbing, access flooring or other cabling system, new VFI electric switch, auxiliary power, uninterruptible power supply, fire detection and suppression, security access and surveillance, intrusion detection system, voice, data CATV cabling systems and all ceiling, floor and wall coatings and finishes. HVAC system which will be 5,000 MBH gas fired boilers, (2) 160 Ton electric water cooled chillers and air handlers with multiple zones with VAV boxes and wall mounted thermostats. The mechanical system is designed for optimized energy performance of 28%. There will be a building management system. The project will involve site improvements including roadways, parking lots, pedestrian walkways, and landscaped area and exterior site lighting. Site development will consist of the building, loading dock area, parking, utilities including electrical and communications ductwork, walkways and landscaping. Connect to existing water, sewer, electric and gas. Storm water runoff shall be collected and shall either be recharged or managed in an on-site detention basin. The project would be designed to secure a Leadership in Energy and Environmental Design (LEED) "Silver" rating, at a minimum, from the US Green Building Council (USGBC). The subsequent award will be a Firm-Fixed-Price contract with a contract completion time of five hundred and forty (540) calendar days from receipt of notice to proceed. All work to be done IAW applicable specifications and plans. Specifications and plans shall be issued when the Request for Proposal (RFP) is issued (see above for websites for the location of documents). The estimated project magnitude is between $25 million to $50 million. This project will be solicited on an UNRESTRICTRED basis. Price evaluation preference for HUBZone Small Business Concerns (See FAR 19.1307) is applicable. Funds are presently not available for this project. The applicable North American Industry Classification Code (NAICS) for this solicitation is 236220. WE DO NOT CURRENTLY HAVE AN ANTICIPATED REQUEST FOR PROPOSAL POSTING DATE. All responsive offers from responsible offerors will be considered. Interested bidders must be registered with Central Contractor Registration (CCR). CCR registration information can be accessed on-line at http://www.ccr.gov/. Interested bidders are required to post their representations and certifications on-line at http://orca.bpn.gov. Date and information for Pre-Proposal Conference/Site Visit will be posted within the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-10-R-0001/listing.html)
- Place of Performance
- Address: Hanscom AFB, Massachusetts, 01731, United States
- Zip Code: 01731
- Zip Code: 01731
- Record
- SN02034268-W 20100106/100104235359-7258f51ef1a31c8e7015aefbe1f5bc5c (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 |