News

Renovate Operations & Training Facility

Type of document: Contract Notice
Country: United States

Renovate Operations & Training Facility

Agency:
Department of the Army

Official Address:
ROSECRANS MEMORIAL AIRPORT
705 MEMORIAL DRIVE ST. JOSEPH MO 64503-9307

Zip Code:
64503-9307

Contact:
Adam D. Danner, Contract Specialist, Phone 8162363256, Email adam.d.danner.mil@mail.mil – Kerrey A. Renkemeyer, Contracting Officer, Phone 573-638-9500 x39550, Email kerrey.a.arenkemeyer.mil@mail.mil

Link:

Date Posted:
20/03/2019

Classification:
Z

Contract Description:
 

TITLE: Renovate Operations Building 17, Project ULYB152014

 

Solicitation Number: W912NS-19-B-6001 Notice Type: Pre-solicitation (Synopsis)

NAICS Code: 236220 Commercial and Institutional Building Construction

 

Summary of Work / Description of Requirement: the Air National Guard’s 139th Airlift Wing, 705 Memorial Drive, St. Joseph, MO 64503 intends to issue an Invitation for Bid (IFB) to award a single firm-fixed-price contract for the Renovate Operations & Training Facility (Approx. 27,848 SF) located at Rosecrans Memorial Airport, St. Joseph MO, Project Number ULYB152014. The magnitude of this project is between $5,000,000.00 and $10,000,000.00. The project is set aside 100% for Small Business. The scope of this project includes, but is not limited to, all work necessary for the complete renovation of the Operations Facility and surrounding site work. Squadron Operations will require general administration and command spaces, airlift operations support and an aircrew performance element, including planning/briefing areas, as well as specialized space to manage, prepare, and maintain large amounts of life support equipment. The building will include locker rooms, restrooms, breakroom, shop space and common areas. The building will be fully compliant with Anti-terrorism/Force Protection (ATFP) and accessible to the extent required under American with Disabilities Act (ADA) standards, with new storefront assemblies and glazing.  Building will be demo’d down to structural steel and exterior block walls. The existing mechanical room and mechanical equipment will remain but all new piping and ductwork will be required.  A communications room will be maintained and operational throughout construction.  Fire protection is provided by a wet pipe sprinkler system and fire alarm. Work includes all new electrical system, utility connections and data/communications systems. Site work includes relocating paved parking, new sidewalks, and installation of a 60′ tower, finish grading and hydro seeding. The project will obtain US Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) Silver certification.


In addition to the above work the project includes the demo of buildings 82, Storage Facility (Approx. 778 SF) to include foundations and utilities.  Site work will include adding additional top soil and finish grading and hydro seeding.

  

In addition to the base bid item for the above work, the solicitation will include (1) Option Item for this project: Option Item #1: Facility Chiller

 

Advantor System Intrusion Detection System is a sole source requirement.

Automated Logic Direct Digital Control Software is a brand name requirement.

Schlage Door locks & Hardware is a brand name requirement.

Monaco Fire Suppression System is a brand name requirement.

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 $36,500,000.00 average annual revenue for the previous three years.
Class Deviation 2019-O0003 (e) (3) (dtd 12/3/18) – Limitation on Subcontracting (DEVIATION 2019-O0003) which states, “Agreement. By submission of an offer and execution of a contract, the offeror/contractor agrees in performance of the contract in the case of a contract for – General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded.”

 

Funds are not currently available for this contract. Contractor Bids are to be good for 120 calendar days.

 

The tentative date for issuing the solicitation is April 4th, 2019. A formal site visit will be scheduled and included in the solicitation. The duration of this contract will be 548 calendar days. A bid bond in the amount of 20% of the offer will be required.

 

The solicitation and associated information and the plans and specifications will be available only from the Federal
Business Opportunities (FedBizOpps) website at 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 (Please note the registration for access to the secure site takes approximately 14 business days. (IT IS YOUR RESPONSIBILITY TO PLAN ACCORDINGLY)


Contractors who do not already have a MPIN are advised that the normal processing is approximately 14-30 business days to obtain a MPIN password. This MPIN password will give access to the plans and specifications, which are located in the controlled access location on FBO. 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.


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 for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s 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/DVDs

Response Date:
050719

Sol Number:
W912NS-19-B-6001

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy