MUNITION LOAD CREW TRAINING FACILITY

expired opportunity(Expired)
From: Federal Government(Federal)
W912R1-19-B-5002

Basic Details

started - 11 Sep, 2019 (about 4 years ago)

Start Date

11 Sep, 2019 (about 4 years ago)
due - 28 Aug, 2019 (about 4 years ago)

Due Date

28 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912R1-19-B-5002

Identifier

W912R1-19-B-5002
Department of the Army

Customer / Agency

DEPT OF DEFENSE (704372)DEPT OF THE ARMY (132458)NGB (17409)W7M1 USPFO ACTIVITY DC ARNG (21)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (28)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:May 12, 2019 3:18 pmModified:Aug 09, 2019 4:42 pmTrack ChangesThe USPFO for District of Columbia, located at Joint Base Anacostia-Bolling, Washington, District of Columbia, intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for the construction of a new MUNITION LOAD CREW TRAINING FACILITY, located at Joint Base Andrews, MD. The project will be LEED® Silver Certified. The requirement will consist of the construction of a new Munitions Load Crew Training Hangar, with supporting facilities, for a total of 8,279 gross square feet of new construction. Support facilities include toilets, offices, a classroom, and storage and support spaces. All work shall be accomplished in accordance with applicable drawings, specifications, industry standards, building and environmental codes, regulations, and laws. Moreover, the Contractor shall comply with ALL applicable Unified Facilities Criteria (UFC) and Air National Guard Engineering Technical Letters
(ANG ETL); in addition to federal, state, and local regulations. In addition to a base price for the work described above, the solicitation will include the following Government Options (Additive Bid Items (ABI):ADDITIVE BID ITEM #1 - 4' D x 5' W and 4' D x 6' W Pre-Manufactured Metal Canopies and Associated Structure;ADDITIVE BID ITEM #2 - Four (4) Faux Louvers above the South Windows and Door;ADDITIVE BID ITEM #3 - Translucent Wall Panels in Lieu of Insulated Metal Panels on;ADDITIVE BID ITEM #4 - CONT Pre-Cast Stone Cap atop Brick Wall at Exterior of Building and Two Brick Soldier Courses;ADDITIVE BID ITEM #5 - Standing Seam Metal Roof in Lieu of a PVC Roof on the Hanger Bay Portion of the Building;ADDITIVE BID ITEM #6 - Bird Control Netting & Spikes;ADDITIVE BID ITEM #7 - Classroom Cabinetry & Associated Fixtures;ADDITIVE BID ITEM #8 - 7' 4" Tall CMU & Brick Equipment Yard Wall with Cast Stone Cap, Steel Gate and Chain-link Fence Top in Lieu of a Vinyl-Coated Chain-link Fence Equipment Enclosure;ADDITIVE BID ITEM #9 - Interior Painting of Hanger Bay Walls, Roof Deck and Structure;ADDITIVE BID ITEM #10 - Epoxy Floor System in Lieu of Sealed Concrete in Hanger Bay;ADDITIVE BID ITEM #11 - FF&E Allowance - $30,000;ADDITIVE BID ITEM #12 - 7 - 12" W x 18" D x 72" H Double Tiered & Personnel Lockers and Windows Blinds for Window Types A, B and C as well as Door 103B;ADDITIVE BID ITEM #13 - 6" Diameter 42" High Steel Concrete Filled Bollards on the East Side of the Building - See C-111 for Exact Bollards;ADDITIVE BID ITEM #14 - Add Rough in for WAP above CorridorADDITIVE BID ITEM #15 - DIP Pipe in Lieu of Iron Pipe on Underground Lines.The magnitude of the project is between $1,000,000 and $5,000,000. Construction/contract completion time is 545 calendar days after notice to proceed; to include inspection and punch list.BRAND NAME: The project requires a brand name specific product. A justification will be posted upon issuance of and attached to the solicitation. The only brand name product included in this acquisition is the Siemens Building Technologies Apogee Direct Digital Control (DDC) System.The contract duration is 545 days after NTP. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $36,500,000.00. The magnitude is between $1,000,000 and $5,000,000.Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) 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 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. The tentative date for issuing the solicitation is on-or about TBD. The tentative date for the pre-bid conference is on-or about (time and location will be in solicitation). 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-bid conference. All questions for the pre-bid conference must be submitted 5 days prior to date posted in the solicitation via email to: ng.dc.dcarng.mbx.pc-requirement-request@mail.mil , Attn: SMSgt. Jeffrey Earle, Subject Line; W912R1-19-B-5002.The bid opening date is scheduled for 28 August 2019 at 2:00 p.m. EST (see solicitation for detailed infomation). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. 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. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide 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 12 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. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/offerors cannot log into the FedBizOpps home page and search for data.DISCLAIMER: The official plans and specification are located on the official government web page. As such, the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page 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. All inquiries must be in writing, preferably 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 Joint Base Andrews AFB, MD.

113th Wing 3252 Perimeter Road Joint Base Andrews AFB, Maryland 20762 United StatesLocation

Place Of Performance : 113th Wing 3252 Perimeter Road

Country : United States

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS