Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

Z -- Demolition Project

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-12-B-0001
 
Archive Date
9/5/2012
 
Point of Contact
Neil E. Armstrong, Phone: 7026529564
 
E-Mail Address
neil.armstrong@nellis.af.mil
(neil.armstrong@nellis.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The solicitation number for this requirement is FA4861-12-B-0001. It coincides with the sources sought (FA4861-12-R-A005) posted on the Federal Business Opportunites website on 22 June 2012. The work to be performed under the requirement consists essentially of, but is not limited to, furnishing all design, labor, equipment, material, manufactured articles, transportation, supervision, and all else necessary to perform all operations in connection with successfully completing three demolition projects on Nellis AFB. Project RKMF 18-0004 consists of demolishing the Federal Prison Facility, building 10208. This building is a two story, wood framed facility with a concrete basement and is approximately 33,700 square feet (SF). Project RKMF 11-0107 consists of demolishing the base chapel facility, building 10213. This building is a single story, wood framed facility and is approximately 2,340 SF. Project RKMF 11-0108 consists of demolishing the rehabilitation center, building 10214. This building is a single story, wood framed facility and is approximately 2,340 SF. Abestos and lead abatement will be required for buildings 1008 and 10213. The areas that are demolished shall be landscaped to match existing surrounding landscape. This is a Hub Zone, Firm Fixed Price (FFP), Invitation for Bid (IFB), limited to qualified, eligible Hub Zone firms registered with the Small Business Administration. The period of performance for this project is 80 calandar days after the issuance of a Notice to Proceed (NTP). All work shall be in strict compliance with the conditions of the contract, specifications, and drawings. The North American Industry Classification System (NAICS) code is 238910 with a size standard of $14 million (M). In addition, the project magnitude is between $1M - $5M. The successful contractor will be selected using FAR 52.214-19, Contract Award - Sealed Bidding - Construction, as prescribed in FAR 14.201-6(m), provision contract award - Sealed Bidding - Construction (Aug 1996), where: 1. The Government will evaluate bids in response to this solicitation without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and the price-related factors specified elsewhere in the solicitation. 2. The Government may reject any or all bids, and waive informalities or minor irregularities in bids received. 3. The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the bid. 4. The Government may reject a bid as nonresponsive if the prices bid are materially unbalanced between the line items or sublime items. A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment. The successful offeror will submit their bids in accordance with FAR 52.214-18, Preparation of Bids - Construction, as prescribed in FAR 14.206(l), provision Preparation of Bids - Construction (April 1984), where: 1. Bids must be - a. Submitted on the forms furnished by the Government or on copies of those forms, and b. Manually signed. The person signing a bid must initial each erasure or change appearing on any bid form 2. The bid form may require bidders to submit bid prices for one or more items on various bases, including - a. Lump sum bidding b. Alternate prices c. Units of construction; or d. Any combination of paragraphs (b)(1) through (b)(3) of this provision 3. If the solicitation requires bidding on all items, failure to do so will disqualify the bid. If bidding on all items is not required, bidders should insert the words "no bid" in the space provided for any item on which no price is submitted. 4. Alternate bids will not be considered unless this solicitation authorizes their submission. A site visit will be conducted on 4 September 2012 at 0800. All interested parties are highly encouraged to attend the site visit. The contractor is required to acknowledge at the time of closing that the contractor has inspected and is fully cognizant of site conditions. No allowance or consideration will be given after award for condition(s), which existed at the time of the site visit. Offers will be evaluated utilizing IFB provisions, as stated above, provided that they meet the minimum criteria for the bid as stated in the statement of work. All responsive offers will be considered by the agency. The solicitation will result in a FFP contract. All firms offering on the requirement must be registered with the System for Award Management (SAM) in order to receive award. Information regarding the process for registering may be found by visiting http://222.sam.gov. Offerors must have active Online Representation and Certification (ORCA). The ORCA website is https://orca.bpn.gov. The entire solicitation, including the specifications, will be made available only on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Paper copies will be available. Once the solicitation is posted, it is incumbent upon all interested vendors to view FedBizOpps frequently for any updates/amendments to any and all documents. All prospective offerors interested in submitting a proposal on this soliciation must have a Commercial and Government Entity (CAGE) code. In order to be included on the official listing of interested vendors, prospective offerors or interested parties must post the required information on the FedBizOpps website as an interested vendor. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Questions or inquiries concerning this acquisition must be emailed to MSgt Neil Armstrong via email at neil.armstrong@nellis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-12-B-0001/listing.html)
 
Place of Performance
Address: Nellis AFB, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02829330-W 20120809/120807235854-e35189ff3643fd1e1258599552f8393d (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.