Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

Y -- 8(a) Set Aside IDIQ/SATOC in Support of the Mobile District - Fort Rucker, Alabama Construction and Design/Build

Notice Date
6/14/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-12-R-0036
 
Response Due
8/7/2012
 
Archive Date
10/6/2012
 
Point of Contact
Loretta L Tanner, 251 690-2692
 
E-Mail Address
USACE District, Mobile
(loretta.l.tanner@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS AN 8(a) SET-ASIDE SOLICITATION. THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), BEST VALUE SOURCE SELECTION SOLICITATION. The North American Industry Classification System (NAICS) code for this project is 236220. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Under this solicitation, the Government intends to establish one (1) IDIQ/SATOC in Support of the Mobile District Fort Rucker, Alabama Region Construction Program. This SATOC is intended to provide for a full range of construction, repairs, and design/build construction task orders for general construction primarily supporting the District's O&M program. Work to be performed at Fort Rucker, Alabama, but may be used in any area within the geographic boundaries of the South Atlantic Division to include the Veterans Administration and NASA. Examples of the type of work may include but are not limited to new construction, repair of facilities and incidental design and testing. These objectives shall be achieved through the implementation of Task Orders issued under the terms of this contract for all of the herein described tasks or additional tasks described in specific Task Orders. A seed project, Install New MCC and AHU in Building 4905, Fort Rucker, Alabama, will be included in the evaluation of Best Value. Description of Seed Project: Install New MCC and AHU in Building 4905, Fort Rucker, Alabama. The scope of the project shall include but not be limited to the installation of a new motor control center (MCC) and a new air handling unit (AHU) in Building 4905, Fort Rucker, Alabama. The work includes the removal of an existing air handling unit and relief air fan and two motor control centers. The removed units are to be replaced with a new air handling unit; new relief air fan; new related HVAC controls; and new piping, ductwork insulation and control valves as related to the project. The removed motor control centers will be replaced with a new single unit to control the existing motor loads and new air handling unit. The estimated cost range of the seed project is $100,000.00 to $250,000.00. The term of this contract will be for a base year and four (4) twelve month options. Firm Fixed-Price task orders will be issued against this contract. The guaranteed minimum will be $1,000 and the total capacity for the contract will be $46 million over five years. This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District, Mobile, AL. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Unless otherwise stated in the solicitation, electronic medium for the bid submittal documents will not be allowed. Note No. 3: For the Seed Project, Critical path method (network analysis system) is not required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $33,500,000 for the past three years. Note No. 5: It is anticipated that the seed project under this solicitation will not have bid options. However, optional bid items may be added if it is determined to be in the Government's best interest. Note No. 6: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov. Address questions concerning downloading of plans/specifications to Plans Room at phone number 251-690-2535 or 251-690-2536. Note No. 7: A Contractor Site Visit has been scheduled for 13 Jul 2012 from 10:00 am to 12:00 pm. The only purpose of the site visit is to become familiar with the existing site conditions. Requests for Information (RFIs) generated from the site visit must be entered into the ProjNet Contractor RFI system for responses. Attendance at the site visit is strongly recommended. Due to Base Security requirements and limited field staff available for construction contractor site visits, this scheduled site visit will be the only one offered. Individual requests for site visits will not be granted. Contractors will be required to register with Steve Mlecik by close of business on 11 Jul 2012 and provide their given name (as it appears on their driver's license), social security number, date of birth, the project name, name of the company that they represent, and a state driver's license number. Contractors must provide a list with the names of the persons to be attending the site visit on Company Letterhead and fax it to Steve Mlecik at the number shown below. Request for attendance received after the date shown above will not be accepted. The number of attendees is limited to four from each firm. Address: Fort Rucker Resident Office Building 613 Fort Rucker, AL Attn: Steve Mlecik Fax: 334-255-2035 Contractors must meet at the site, located adjacent to Building 613 at the time and date listed above. Contractors will be required to register in advance with Steve Mlecik for installation access, and will be required to provide a valid driver's license, proof of insurance, and vehicle registration to gain access to the installation on 13 Jul 2012. For rental cars, the rental agreement must be presented. We recommend allowing a minimum of 60 minutes to access through the front gate of the installation. NOTE: Information obtained during the site survey visit but not included in the scope of work is not contractually binding. Contractors must provide the gate guard with a photo id, the name of the event, and name of the sponsor (Steve Mlecik U.S. Army Corps of Engineers) and are to proceed directly to and from the event. Guests observed in areas outside the direct route to and from the event or outside of the scheduled time will be escorted offbase immediately. Random base tours are not authorized. The event may be cancelled at a moment's notice due to unforeseen circumstances or an increase in Force Protection Conditions. Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the PROJNET internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.) Note No. 9: * THIS IS A COMPETITIVE 8 (A) SET-ASIDE This procurement is a Competitive 8(a) Set-Aside as established by Section 8 (a) of the Small Business Act (15 U.S.C. 637(a)). Only those firms meeting the Small Business Administration's (SBA) criterion, and have previously been certified by the SBA as an 8(a) Contractor, are eligible to compete for this procurement. Certified 8(a) companies with a bona fide office in Region IV are also eligible to submit a proposal. It has been determined by the SBA that competition will be restricted to 8(a) firms which have a NAICS code of 236220 among their approved NAICS Codes and which are serviced by the following SBA District Offices: Region IV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-R-0036/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02776420-W 20120616/120615000229-02d8c449f2e8423ab27ceb723c8cc4fc (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.