Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2011 FBO #3394
SOLICITATION NOTICE

Y -- Design/Build project - Bangor Aviation Readiness Center (RC)

Notice Date
3/9/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-230046
 
Response Due
3/24/2011
 
Archive Date
5/23/2011
 
Point of Contact
Kenneth W Bryant, 207-430-5290
 
E-Mail Address
USPFO for Maine
(kenneth.w.bryant@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Maine Army National Guard intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for the design and construction (design-build) of Project # 230046__, Title: Aviation Readiness Center__at_ Bangor International Airport, Bangor, Maine_. This Design-Build project consists of design and construction of a 52,850 gross square feet Aviation Readiness Center (RC). This project is new construction of permanent type construction. The facility will be designed and constructed taking into account the new facility requirements, the existing facility operations, the existing site layout, limitations and constraints to provide the best possible operational, energy conserving and cost effective facility with state-of-the-art building systems and controls. Functional areas within the RC may include, but are not limited to: Unit space allowances for administrative office areas, equipment storage rooms with arms vault, heated and unheated storage space, equipment locker rooms, and unit level maintenance work bays; common use allowances for entry way, assembly hall, classrooms, library, learning center, training aid storage, kitchen, family readiness center, toilet and shower rooms, break and vending areas and audio/visual & table/chair storage. It may also include, but not be limited to, associated supporting facilities such as military vehicle and privately owned vehicle parking, access roads, curbing and ramps, sidewalks, loading docks, security lighting and fencing, site Anti-terrorism/Force Protection (AT/FP) measures; site utilities including a standby emergency generator, storm water management systems, site preparation, information systems, detached facilities sign/static display, flagpole, berms and landscaping. In addition to a base price for the work described above the solicitation is anticipated to include the following Government requested options : 1. Add for the build out of the conference room as a secure area; 2. Deduct for the elimination of the Maintenance Training Bay and all associated features; 3. Add for the relocation of the static display; 4. Add for incremental percentage of storm water treatment; 5. Add to provide lockers; 6. Deduct for the use of heavy duty asphalt in lieu of rigid asphalt; 7. Add for the installation of cell phone repeater, 8. Add for upgrade to a Natural Gas generator; & 9. Add for incremental percentage of emissions reduction on generator. Design and construction shall comply with the specifications and requirements contained in the RFP. The anticipated contract performance period for design and construction is 600 calendar days after receipt of Notice to Proceed (NTP). The estimated price range is between $10,000,000 and $25,000,000. This procurement is being solicited using the two-phase design build selection procedures authorized by FAR 36.3. The Phase One solicitation issue date is on/about 24 March 2011. Phase One (1) proposal closing date is on/about 5 May 2011. Phase One, evaluation factors include, but are not limited to the offeror and offeror's team past performance, basic technical approach and capability information. Price is not required with Phase One (1) proposals. Following the review, evaluation, and rating of these proposals, the Government intends to select three (3), but not to exceed five (5) or less than two (2), of the highest rated contractors to receive the Phase Two (2) technical requirements (bridging documents) RFP. Phase Two (2) evaluation factors include but are not limited to, price, technical data requirements, management plans and a comprehensive design and construction schedule. The North American Industry Classification System (NAICS) code for this work is 236220 - Commercial and Institutional Building Construction. Solicitation will be unrestricted. In accordance with FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business concerns, the HUBZone preference of 10% is applicable. Interested contractors are notified that the Government does not intend to conduct a pre-proposal conference prior to submission of the phase one (1) proposals. It is the Government's intent to conduct a site visit with those contractors selected for advancement to phase two (2) to assist them in their development of the phase two (2) proposals. Actual dates and times will be identified in the solicitation. The solicitation package will be issued via the web only at FedBizOpps.gov or fbo.gov. All amendments, site visit minutes and questions will be posted on the web at this site. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); 2) DUNS Number and CAGE Code; 3) Telephone Number; 4) E-Mail Address. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR Marketing Partner Identification Number (MPIN) in order to log in to the Online Representations and Certifications Application (ORCA) website. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (see page 65). (Please note the registration for access to the secure site takes approximately 5 business days so PLAN ACCORDINGLY). The technical documents [Phase Two (2) documents] will be available only for those offerors selected to participate in Phase Two (2) at Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders/Offerors cannot log onto the FedBizOpps home page and search for data. (Please note the registration for access to the secure site takes approximately 5 business days so PLAN ACCORDINGLY). The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the www.fbo.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. DISCLAIMER: Websites are occasionally inaccessible due to various reasons. 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. 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. This solicitation is not a competitive bid and there will not be a formal public bid opening. Place of performance is Bangor International Airport, Bangor, Maine. Any questions or concerns, please contact MAJ Kenneth W. Bryant at 207-430-5290 or kenneth.w.bryant@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-230046/listing.html)
 
Place of Performance
Address: Bangor International Airport 92 Hayes Street Bangor ME
Zip Code: 04402
 
Record
SN02396506-W 20110311/110309234216-6876c4e9cba90cd21ba3fa06cbeb529b (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 |
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.