News

Repair Supply/Mobility Processing Building 155

Type of document: Contract Notice
Country: United States

Repair Supply/Mobility Processing Building 155

Agency:
Department of the Army

Official Address:
158 REILLY STREET
RM 228, BOX 8 OTIS ANG BASE MA 02542-5028

Zip Code:
02542-5028

Contact:
Erika L Reinikainen-Rovinelli, Supervisory Contract Specialist, Phone 339-202-3867, Email erika.l.reinikainen-rovinelli.civ@mail.mil – Kerry A. Wells, Contract Specialist, Phone 5089684978, Email kerry.a.wells2.civ@mail.mil

Link:

Date Posted:
21/12/2017

Classification:
Z

Contract Description:
 

 

The 102nd Intelligence Wing (IW) located at Otis Air National Guard (ANG) Base on Joint Base Cape Cod (JBCC) intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for construction services for Project Number SPBN082031, “Repair Supply/Mobility Processing Building 155” at Otis Air National Guard Base, MA. Work includes but is not limited to the renovation of approximately 22,000 square feet of a single story warehouse replacing the roof, adding windows, new mechanical, new electrical, new HVAC, new plumbing, addition of offices, and mobility processing. This project does contain asbestos and/or other related hazardous material. The report and other associated information will be provided within or as a supplement to the specifications for the project. Project must meet Anti-Terrorism/Force Protection requirements. There are delegated designs for certain aspects of construction to include, but not limited to fire protection. Deductive Bid Items will include the substitution of built-in-place metal stud and gypsum wallboard walls for the removable partition walls as show on the contract drawings. The contract construction period of performance will be 365 days after issuance of the Notice to Proceed (NTP). This project is set aside 100% for Small Business. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $36.5 million average annual revenue for the previous three years.  The magnitude for this project is between $1,000,000 and $5,000,000.

 

The government anticipates award of a single firm fixed price contract providing sufficient qualified contractors present bids. All responsible firms may submit a bid. The selection process will be conducted in accordance with FAR Part 14 invitation for Bid procedures. Proposals will be evaluated on Price. Prospective bidders must bid on all items to be considered for award. An explanation of the low bid determination will be found in section 00100 of the solicitation. It is anticipated that the solicitation will be available Janaury 9, 2018. A Pre-proposal conference date is to be determined and will be posted in the solicitation. Details for registering for the conference will be available in Section 00100 of the solicitation. Interested contractors are encouraged to attend and should register, in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about February 9, 2018. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be posted to FedBizOpps. Be reminded that Government systems such as CCR and ORCA (on-line representations and certifications) have migrated to System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov). Contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies and is located at either FedBizOpps.gov or fbo.gov. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at , 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 an 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.

This solicitation is a competitive bid and there will be a formal public bid opening. 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. If you have any questions concerning this procurement you are encouraged to email your questions to erika.l.reinikainenrovinelli.mil@mail.mil and kerry.a.wells2.civ@mail.mil.

 

DISCLAIMER: The official plans and specifications are located on the official government web page, FedBizOpps www.fbo.gov, and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the www.FedBizOpps.gov or www.fbo.gov website 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 issue no paper copies.

 

Sol Number:
W912SV-18-B-6000

 

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