Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2012 FBO #4012
SOLICITATION NOTICE

Z -- REPAIR SECURITY FORCES AND STATE HQ, BLDG 700 AT BUCKLEY AFB, AURORA, CO

Notice Date
11/16/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-12-R-0013
 
Response Due
12/28/2012
 
Archive Date
1/15/2013
 
Point of Contact
Patricia A. McCausey, 720-847-8681
 
E-Mail Address
USPFO for Colorado
(patty.mccausey@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Colorado Air National Guard and the USPFO for Colorado located in Aurora CO intend to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to complete the project for Repair Security Forces and State HQ, Bldg 700 at Buckley AFB. In general, the scope of the project consists of the renovation of Building 700. The original construction consisted of a 12,000 square foot facility of steel frame utilizing masonry shear walls, EFIS exterior walls and steel decking with membrane roof and was erected in 1986. An addition occurred on the North side of the building in 1998. The facility size is 17,370 SF. It includes the demolition of the building interior with the exception of the existing major mechanical and electrical equipment spaces, removal and replacement of the existing roof and modifications to the surrounding site to improve pedestrian access and bring the facility into compliance with latest ATFP requirements. The interior of the facility will be renovated to provide for the housing and operation of the Security Forces. Several columns are to be removed and new columns added and the existing structure reinforced. The HVAC distribution system is to be modified for new space arrangement. The power supply system is to be modified for the new space arrangement. The lighting systems are to be removed and replaced with new components. The existing intelligence vault (SCIF) is to be demolished and a new weapons vault to be constructed in a new location within the facility. The existing toilet and lockers rooms are to be demolished and new facilities installed at a new location within the facility. A fire protection sprinkler system will be added to the facility as it is not currently protected. A cable tray system is to be added to allow for installation of communications systems by the government. The cable tray, conduit and raceways are to be installed by the contractor. A new BKM energy recovery system is to be added to the facility. A new EPDM roof is to be added to the facility. A new thin film PV system is be added to the roof of facility. The location of communications systems entrance into the facility is to change. A new antenna is to be added to the site by the government, the foundation for the antennae and connections to the facility shall be by the contractor. A new lightning protection system is to be to ensure the facility is in compliance with government requirements and UL Listing. This project will be LEED Silver certified. This requirement includes the following Additive Bid Item - Thin Film Photovoltaic System. Magnitude of the project is between $1,000,000 and $5,000,000. Construction/contract completion time is anticipated to take approximately 240 calendar days after Notice to Proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million average annual revenue for the previous three years. This action is being procured as a Competitive 8(a) Solicitation and is geographically restricted to Colorado. Contractors are required to have a bonafide office in Colorado. The tentative date for issuing the solicitation is on/or about 30 November 2012. The tentative date for the pre-proposal conference is on/or about 12 December 2012. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on/or about 28 December 2012. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in SAM https://www.sam.gov/portal/public/SAM. 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 MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The plans and Specifications will be available only from the FedBizOpps website on-line at http://fedbizopps.cos.com/. No telephone requests will be accepted. For security reasons, all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the FedBizOpps in order to view or download the plans and drawings from the website. DISCLAIMER: The official plans and specifications 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 FEDBIZOPPS website http://fedbizopps.cos.com 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 lost of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing via posting to the web. Place of performance is Buckley AFB, Aurora CO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-12-R-0013/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 66, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN02932898-W 20121118/121116235020-2175f5e40b2c7528a031d57f5e2b9784 (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.