******************************************************************
Providing Amendment 03
Update Wage Determination
RFI log dated 15 Jul 19
*****************************************************************
******************************************************************
Providing Amendment 02
Amended Drawings
As-Builts for informational purposes only
RFI log dated 12 Jul 19
Extend Bid Opening Date
*****************************************************************
Providing Amendment 01
Amended Drawings
Pre-Bid Slides
Pre-Bid Sign in Sheet
RFI log dated 20 Jun 19
*****************************************************************
The USPFO for Massachusetts intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for construction services for Project Number AXQD112847, Energy Reduction Measures Phase 2 at the 104th Fighter Wing, Barnes Air National Guard Base, Massachusetts. Work includes, but is not limited to the repair of multiple facilities at Barnes ANG Base, Westfield, MA, including plumbing, heating, ventilation, and air conditioning (HVAC), lighting, and exterior enclosures and openings for the purpose of increasing the energy efficiency of multiple facilities. The existing conditions of these various facilities include inefficient lighting and heating/cooling, drafty openings, and deteriorated weather-stripping. The existing facilities shall be repaired and retrofitted upgrades to interior utilities, including, but not limited to, integrated automation, HVAC controls, networked lighting controls, replacement of weather-stripping, interior lighting, and selective demolition. All work shall be accomplished in accordance with applicable drawings, specifications, industry standards, applicable building and environmental codes, regulations, and laws. Contractor shall comply with all applicable Unified Facilities Criteria (UFC) and Air National Guard ETLs and regulations in addition to Federal, State, and local regulations. The work also includes two Additive Bid Items, ABIs, reference below for more information.
The contract construction period of performance will be 200 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. Options will be as outlined below, reference FAR Clause 52.217-5 Evaluationof Options (Jul 1990) for how the options will be evaluated.
Option 1 – Electrical lighting upgrades
Option 2 – Energy Management Control System (EMCS) upgrades
A pre-proposal conference and site visit date is will be held in accordance with Section 00100 paragraph 4. Details for registering for the pre-proposal conference and site visit will be available in Section 00100 of the solicitation. This will be the only site visit to be held. 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 19 July 2019. 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: 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 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 https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf, 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 usaf.ma.104-fw.list.fal-msc-contracting@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.
Sarah A. Sinclair, Contracting Officer, Phone 4135721549, Email sarah.a.sinclair.mil@mail.mil