SOLICITATION NOTICE
Y -- Construct Training Support Center, FTIG
- Notice Date
- 5/20/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Pennsylvania, Department of Veteran & Military Affairs, Annville, Pennsylvania, 17003-5003
- ZIP Code
- 17003-5003
- Solicitation Number
- W912KC-16-R-0002
- Point of Contact
- Karen Finn, Phone: 7178618687, Michael V. Brown, Phone: 717-861-6311
- E-Mail Address
-
karen.m.finn2.civ@mail.mil, michael.v.brown60.civ@mail.mil
(karen.m.finn2.civ@mail.mil, michael.v.brown60.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Property & Fiscal Office for PA (USPFO-PA) intends to issue a Request for Proposal (RFP) to award a single firm-fixed-price contract for the construction of "Training Support Center" located at PA Army National Guard Training site, Fort Indiantown Gap, Annville, PA. The North American Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $36.5 million average annual revenue for the previous three years. The magnitude of this project is between $10,000,000.00 and $25,000,000.00 in accordance with DFARS 236.204. Project square footage is estimated at 63,000 SF. Project scope includes, but is not limited to: Provide all plant, labor, transportation, materials, facilities, tools, equipment, appliances, and supervision necessary to construct a specially designed National Guard Training Aids Center of permanent construction. Facilities will consist of an administrative classroom, a large warehouse (for storing and issuing Brigade MILES equipment). Supporting facilities will include an access drive to the warehouse sections, POV and customer parking areas, a loading dock, sidewalks, demolition of existing facilities, site preparation and utility connections. This facility will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per Public Law 90-480 and 900-400. Construction will include all utility services, information systems, fire detection and alarm systems, roads, walks, curbs, gutters, storm drainage, parking areas (including number of privately owned vehicles), and site improvements. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Access for individuals with disabilities will be provided. Antiterrorism measures in accordance with the DoD Minimum Antiterrorism for building standards will be provided. This project will comply with the Army 1 SF for 1 SF disposal policy through the disposal of 72, 262 SF. Construction contract completion time is anticipated to take approximately 547 days after notice to proceed to include inspections and punch list. Interested offerors are notified and cautioned that contractors working on this project will be evaluated on technical capability and prior performance constructing similar projects. The facility is designed to meet the requirements for Silver Certification in accordance with LEED 2009 v3.0. The technical specifications have been written to incorporate specific product requirements of the attempted LEED credits. However, the contractor shall be familiar with the LEED certification process/ documentation and incorporate any administrative costs required for successful documentation of LEED certification into their bid price. In addition to the base price for the work described above, the RFP intends to include the following options for this project: 1. MEP PARKING- DELETE BASE BID CRUSHED STONE, ADD IN ITS PLACE PERMIABLE PAVERS PER CIVIL DRAWINGS FOR THIS OPTION 2. WAREHOUSE FINISHES- BASE BID INCLUDES INTERIOR PAINTING OF EXPOSED STRUCTURE & SYSTEMS; DELETE THIS WORK FOR THIS OPTION 3. EMBEDDED THIN MASONRY EXTENTS- BASE BID IS MASONRY ON THE EAST ELEVATION ONLY, WITH MATCHING FORMLINER AND STAIN ON THE SOUTH, WEST, & NORTH ELEVATIONS; THIS OPTION DELETES THE FORMLINER WORK AND ADDS MASONRY TO ALL ELEVATIONS 4. SKYLIGHTS- PROJECT BASE BID INCLUDES SKYLIGHTS; THIS OPTION DELETES THE SKYLIGHTS & WAREHOUSE DAYLIGHT HARVESTING LIGHTING CONTROLS 5. GAS STORAGE OUT-BUILDING- BASE BID INCLUDES A 3-WALL OPEN AIR STRUCTURE PER ARCHITECTURAL; THIS OPTION ENCLOSES THE OUT-BUILDING WITH AN ADDITIONAL SIMILAR WALL & INCLUDES A PERSONNEL DOOR AND 12X10' OHS DOOR, BOTH UN-INSULATED 6. WEST VESTIBULE - THIS OPTIONS ADDS A VESTIBULE TO THE BACK OF THE BUILDING AT DOOR 102C, SIMILAR IN CONSTRUCTION TO VESTIBULE/101 7. SHOWROOM WORK DESK - PROJECT BASE BID INCLUDES THE SHOWROOM'S BUILT-IN WORK DESK; THIS OPTION DELETES THE WORK DESK 8. EXTERIOR CONCRETE WALL SYSTEM, EXCLUDING VENEER SCOPE- THIS OPTION DELETES THE BASE BID TILT-UP SANDWICH WALL SYSTEM & PROVIDES IN ITS PLACE PRECAST CONCRETE SANDWICH PANELS OF EQUIVALENT AT/FP & THERMAL PERFORMANCE, DESIGNED BY THE SUPPLIER 9. EXTERIOR CONCRETE WALL SYSTEM, EXCLUDING VENEER SCOPE- THIS OPTION DELETES THE BASE BID 4" NOMINAL OUTER CONCRETE LAYER OF THE TILT-UP SANDWICH WALL SYSTEM & MOVES THE INNER LAYER TO THE OUTSIDE TO RECEIVE VENEER TREATMENT; INSULATION REMAINS AS BASE BID; PAINTED GYPSUM BOARD WITH RUBBER BASE IS ADDED FOR INTERIOR FINISH FOR THIS OPTION 10. WALL TILE EXTENTS- BASE BID TILE IS FULL HEIGHT TO CEILING; FOR THIS OPTION REDUCE TILE OTHER THAN SHOWERS TO 60" WAINSCOT 11. AIR COMPRESSOR SYSTEM- BASE BID AIR COMPRESSOR SYSTEM IS PER PLUMBING DRAWINGS; FOR THIS OPTION DELETE COMPRESSOR(S), REEL(S), AND OTHER COMPRESSOR EQUIPMENT, EXCEPT FOR COMPRESSED AIR PIPING TO REMAIN 12. OVERHEAD BUS BARS- BASE BID SIMULATION ROOM OVERHEAD BUS BARS ARE PER ELECTRICAL DRAWINGS; FOR THIS OPTION DELETE THE OVERHEAD BUS BARS 13. SHOWROOM STOREFRONT SIGN- SIGN IS NOT PROVIDED IN BASE BID; THIS OPTION ADDS THE SIGN 14. WELDING FUME EXTRACTOR - BASE BID INCLUDES THE EXTRACTOR EQUIPMENT; THIS OPTION DELETES THE FUME EXTRACTOR FROM THE PROJECT Your attention is directed to FAR Clause 52.219-14(c)(3) LIMITATIONS ON SUBCONTRACTING which states, "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for General construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. Interested parties are encouraged to attend and shall follow the pre-proposal conference registration and base access requirements shown in the RFP. A site visit will follow the pre-proposal conference. Actual dates and times will be identified in the RFP document. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection Procedures. Evaluation factors include Technical Capability, Past Performance, and Price. The Government intends to award on a lowest price technically acceptable basis, without discussions. Interested offerors must be registered in System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS Number, D&B Legal Business Name and Address, Taxpayer Identification Number (TIN), Taxpayer Name, your Contractor and Government Entity (CAGE) Code, and your Electronic Funds (EFT) information such as your ABA routing number and account number to register. Instructions for registering are on the web page under the HELP tab. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) DUNS Number OR you will be prompted to input your company's information such as legal name, address, telephone number, and email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 14 business days. IT IS YOUR RESPONSIBILITY TO PLAN ACCORDINGLY). Reference paragraph 4.7 of the Vendor Guide (available on web page) for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information.. Offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive invitation for bid and there will not be a formal public bid opening. However, bid bonds will be required. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to 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 not issue paper copies or CD/DVD's. 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. Place of performance is Fort Indiantown Gap, Annville, PA 17003.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC-16-R-0002/listing.html)
- Place of Performance
- Address: Army National Guard Training Site, Fort Indiantown Gap, Annville, Pennsylvania, 17003, United States
- Zip Code: 17003
- Zip Code: 17003
- Record
- SN04124718-W 20160522/160520234816-1e940259b3a42d0d3c74806d2902e57e (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 |