Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOLICITATION NOTICE

Y -- FY18 CNS Fire Department on the Northwest Development Area, Melrose Air Force Range, Roosevelt County, NM

Notice Date
4/15/2020 8:02:50 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP20R0005
 
Response Due
6/1/2020 1:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Francesca M Luna, Phone: 5053423453, Fax: 5053423496
 
E-Mail Address
francesca.m.luna@usace.army.mil
(francesca.m.luna@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FY18 CNS FIRE DEPT ON THE NORTHWEST DEVELOPMENT AREA (NWDA), MELROSE AIR FORCE RANGE (MAFR), ROOSEVELT COUNTY, NM � The proposed procurement is a Small Business Set-Aside Lowest Price Technically Acceptable (LPTA) �Request For Proposal (RFP), and thus open to small businesses only.� NAICS is 236220/SIC 1541, with a size standard of $36,500,000.00.� The magnitude of construction for this project will be between $1,000,000.00 and $5,000,000.00. �Bonding will be required for this acquisition. �Offerors attention is directed to Section 00100 in the Solicitation for information regarding the tour of the site. �Plans will be issued on or about 1 May 2020, with proposals due on or about 1 June 2020.� Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. THE PROJECT consists of construction of a 8,562sf Fire and Rescue Station in the newly developed Range Support Complex (RSC) in the northwest development area of Melrose Air Force Range (MAFR).� The new facility will provide a bunkhouse and administrative area for the 24/7 operations of the firefighters and EMTs.� This facility requires living quarters, restroom/shower area, kitchen, administrative and training areas, a self-contained breathing area (SCBA) storage area, and a vehicle apparatus bay. The facility is to be equipped with electric heating, ventilating and air conditioning (HVAC). This project includes utilities and the installation and tying- in of all communications. Fire suppression, a back?up generator, a septic system, potable water storage tank with fill valve and level indication, booster pumps, piping, valves, and appurtenances are included in this project. The facility is designed for 15 personnel including base firefighters, wildland firefighters (contracted) and an emergency medical team. The project also includes earthwork to include an unimproved parking area, site improvements, and associated facility support. Force protection measures will be implemented as necessary. This project will comply with DoD antiterrorism/force protection requirements. NOTE TO INTERESTED VENDORS: Melrose Air Force Range is in a remote location with austere construction. Standard operating hours are 0800 -0200. Construction must be planned within this timeframe. All employees of the contractor, subcontractors, and suppliers entering Melrose Air Force Range must be U.S. Citizens. A complete list of employees shall be supplied by the successful offeror and will be vetted through security forces prior to accessing the site. Contractors shall have access to Laser Eye Protection (LEP) when operating inside the laser footprint. The LEP�s shall be the responsibility of the contractor unless arrangements are made with the RMO to obtain/borrow LEP�s.� THE PROJECT will be advertised as a Request for Proposal.� Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package.� Evaluation by the Government will result in selection of a firm that represents the best value to the Government.� The proposed procurement will result in a firm-fixed price contract.� Questions of a technical nature should be addressed to Mr. Lance Faerber at:� Lance.r.faerber@usace.army.mil.� OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award.� To register, the SAM Internet address is: http://www.sam.gov.� Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. �Notification of amendments shall be made via Internet only, as well. �It is therefore the contractors� responsibility to check the following address daily for any posted changes to this solicitation. �For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system. �FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. �Interested offerors must register with FBO or they will not be able to download information from the site. �Registration instructions can be found on the FedBizOpps website at www.fbo.gov by clicking on the Register Now hyperlink. �Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. �Offerors are encouraged to post notices of prospective subcontracting opportunities on the FedBizOps website at www.fbo.gov.� Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/478c87e3534c43f598147b670ce9a89a/view)
 
Place of Performance
Address: Floyd, NM 88118, USA
Zip Code: 88118
Country: USA
 
Record
SN05621936-F 20200417/200415230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.