SOLICITATION NOTICE
56 -- ADAL COMMUNICATIONS FACILITY, BUILDING P-8
- Notice Date
- 3/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, 183 FW/LGC, CAPITOL AIRPORT, 3101 J. DAVID JONES PARKWAY, SPRINGFIELD, Illinois, 62707-5001
- ZIP Code
- 62707-5001
- Solicitation Number
- W91SMC183110004
- Point of Contact
- Brent D. Keller, Phone: 2177571251
- E-Mail Address
-
brent.keller@ang.af.mil
(brent.keller@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 183d FW, Illinois Air National Guard intends to issue Request for Proposal (RFP), RFP#W91SMC-183-11-0004, for the selective demolition and renovation of selected 1st floor spaces, addition of a new, unisex latrine, selective plumbing, heating, ventilating and air conditioning improvements, and selective lighting, power, and telecomm improvements to Building P-8 at the 183rd FW, 3101 J. David Jones Parkway, Springfield Il 62707. The work includes site work; selective demolition; building renovation/remodeling; new addition construction; and incidental related work for Building P-8 Communications Facility. Total Scope: 12,063 SF - Repair and alter existing building (9,563 SF) and construct new 2,500 SF addition to building P-8. The North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $31.0 million average annual revenue for the previous three years. The expected period of performance is 550 calendar days from issuance of Notice to Proceed. Magnitude of Construction in accordance with Federal Acquisition Regulation 36.204 is 1-5 million dollars. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation. Prospective MATOC (Multiple Award Task Order Contract) Contractors must submit a written past performance and technical proposal and a price proposal for the project to be considered for award. The project will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. It is anticipated that the solicitation will be available 01 May 2011. A Pre-proposal conference and site visit is scheduled for 16 May 2011. Details for registering for the conference will posted at a later date. Interested Illinois MATOC Contractors are encouraged to attend and should register in accordance with the requirements to be provided in the RFP (Request for Proposal), prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about 31 May 2011. Actual dates and times will be identified in the RFP. All information, amendments, plans specifications and questions concerning this RFP will be electronically posted at the Federal Business Opportunity (FedBizOps) website on-line at https://www.fbo.gov. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractor's Registration (CCR) and the Federal Business Opportunity (FedBizOps) in order to view or download the plans or drawings from the web site. This RFP is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the RFP. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to MSgt Brent Keller, brent.keller@ang.af.mil. DISCLAIMER: 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 FedBizOps website on-line at 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 issue no paper copies. NOTE: This opportunity will only be available for current Illinois MATOC Contractors. The current Illinois MATOC Contractors are as follows: Charpie - Korte JV, 6617 N. Avondale Avenue, Chicago IL 60631, Scott Alliance, Inc., a Joint Venture, 4700 N. Ravenswood Ave., Buite B, Chicago, IL 60640, Reliable Contracting Group, LLC 13035 Middletown Industrial Blvd, Louisville, KY 40223, JEI/ MALONE Joint Venture, 2107 Green Bay Rd, North Chicago, IL 60064, DWG & Associates, Inc., 2964 Gulf to Bay Blvd., Ste 210, Clearwater, FL 33759-4255, Hammer LGC, Inc. 8118 Bunkum Road, Caseyville, IL 62232, R. L. Alvarez Construction LLC 808 Kraft St, Suite C Clarksville, TN 37040, MKB Construction Co. 10 Harvey Lane Fairview Heights, IL 62208, Old Veteran Construction, Inc. 10942 S. Halsted St. Chicago IL 60628, J & B Builders, Inc. 2000 W. Main St. Unit H, St. Charles IL 60174, and Limbaugh Construction Co., Inc.4186 Highway 162, Granite City IL 62040. Offors submitted by contractors not in the list above will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-3/W91SMC183110004/listing.html)
- Place of Performance
- Address: Communications Facility, Building P-8 at the 183rd FW, 3101 J. David Jones Parkway, Springfield, Illinois, 62707, United States
- Zip Code: 62707
- Zip Code: 62707
- Record
- SN02404100-W 20110320/110318234124-024cd895cfff76658825c4a041639e88 (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 |