Search Contract Opportunities

COARNG- National Guard Readiness Center - 100th Missile Defense Brigade- PN080295   4

ID: W912LC-23-B-0001 • Type: Solicitation

Description

Posted: Oct. 18, 2023, 6:46 p.m. EDT

October 18, 2023 - Add corrected Abstract of Offers due to clerical error. Under Pacific Construction Services LLC - corrected Line 06; Option 5, from $41,857.00 to $41,851.00. Corrected total amount of bid for Pacific Construction Services to $23,133,685.00 from $23,133,691.00 - a correction of $6.00 due to a clerical error.

May 23, 2023 - Updated to add the Abstract of Offers Construction OF 1419 and Bid Opening Attendance Roster.

May 17, 2023 - CLARIFICATION TO RFI QUESTIONS 027, 046, AND 047

Questions 027, 046, and 047 are the same question. This revised response is applicable to all three questions noted above.

ORIGINAL: #027 Bid Inquire: Please confirm the Colorado City Sales tax will not be exempt.

Contracting Officer: Please refer to https://coloradosprings.gov/newconstruction-contractor for all information related to taxes. The Government is an exempt entity and will provide supporting documentation to assist with exemptions.

QUESTION FOR CLARIFICATION: Q&A response 046 addresses a question as to whether this project is tax exempt or not. The response directed contractors to a Colorado Springs website for tax information but went on to say that the Government is an exempt entity and will provide supporting documentation to assist with exemptions. This is creating conflicting information and direction on how this is to be handled. Historically speaking, construction projects at Peterson SFB have required city sales and use tax to be included. However, the response from the Government says otherwise. Are contractors expected to omit all federal, state and city sales and use taxes with the Government providing all supporting documentation to help with this? Or are contractors required to provide city sales and use tax for Colorado Springs?

REVISED: Contracting Officer Revision: Peterson SFB is not federally owned property so please include federal, state, and all applicable taxes, to include city sales and use taxes.

May 10, 2023 - Amendment 02 - Amendment 02 to remove the Economic Price Adjustment clause and associated requirements (Modified Schedule of Values). Geotech Report Uploaded.

May 5, 2023 - Amendment 01 Uploaded - Addendum 02 with RFIs and Answers Uploaded. Bid opening date changed from May 9, 2023 at 1:00 pm to May 19, 2023 at 11:00 am.

April 27, 2023 - Uploaded Pre-Conference/Site Visit Sign In Sheets.

Update-April 7, 2023 - 7:41 pm MT - Reloaded Drawings under Volume 2

__________________________________________________________

The United States Property and Fiscal Office for Colorado located in Aurora, Colorado is issuing an Invitation for Bid (IFB) W912LC-23-B-0001, to award a single firm fixed-price (FFP) construction contract for non-personal services, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary to complete the construction of a new National Guard Readiness Center for the Missile Defense Brigade on Peterson Space Force Base, Colorado.

DESCRIPTION OF PROJECT: In general, the scope of the project consists of the full development of the <2-acre Readiness Center site will include an 33,338 square foot primary facility that will contain office space, OCIE storage, a secure area, specialized network server room, breakroom, and restrooms. The facility is designed to a minimum life of 50 years IAW UFC 1-200-02 and will be in compliance with DoD Minimum Antiterrorism (AT/FP) building standards, UFC 4-010-01 and UFC 4-010-02. The facility structure will be constructed as steel-framed, non-rated construction, Type IIB per IBC 602.2 and Tables 601/602. Construction consists of a two story building, steel structure consisting of columns, beams, and bar joists with concrete topped decking system for the second floor. Perimeter walls will comprise of light gauge steel infill, with selective locations strap braced for lateral resistance. The roof will be bar joists with a steel roof deck to support mechanical rooftop equipment and future rooftop solar collectors. The roof system has open web steel joists spanning between the wide flange beams. On top of the joists will be a light gauge steel decking attached to the joist to resist wind uplift loads and transmit lateral loads as a diaphragm system. The project includes concrete floors, specialty finishes, energy efficient mechanical and electrical equipment with automated HVAC and building controls; the buildings will be constructed to support a future renewable-energy source that would be installed under a separate project (rooftop solar collectors), and will be constructed to obtain a LEED certified Silver rating in accordance with USGBC LEED certification. Supporting facilities include, but are not limited to all required utility services, all site work, fire detection and alarm systems, emergency generator, potential for electric (photovoltaic), potential geothermal heating, access roads/sidewalks/curb & gutter, storm drainage, POV parking, landscaping, lightning sediment and erosion control, storm water management, and any needed site improvements. The project also includes security access, signage, electrical power, lighting and lighting controls systems, telecommunications infrastructure, plumbing systems, fire suppression and fire alarm/mass notification systems as shown in the contract documents. The grading around the new facility will provide positive drainage away from the building with accessible sidewalk for building access. All site development and utilities shall be in accordance with Peterson Space Force Base CE (Civil Engineering) and IBC requirements. Foundations for the 100th MDB RC building are shallow foundations under gravity columns with square foundation pads. Including ground floors with cast in place concrete slab-on-grade over reconditioned soil in accordance with the geotechnical recommendations. The project is located on a <2-acre site near Patrick Street and Peterson Boulevard at Peterson Space Force Base, Colorado Springs, Colorado.

OPTION(S): 1. Entry and Common Space Enhancements, 2. Envelope Enhancements, 3. Landscape Enhancements, 4. POV Parking Lot Expansion, 5. Additional Excavation and Structural Fill, and 6. Upgraded Mechanical Equipment.

BRAND NAME: This project requires the use of some brand name specific products. The justifications are posted to the solicitation. Brand name products for this acquisition will include:

1. Best Lock Cores Door lock hardware

2. CommScope CommScope Cabling Products

3. Johnson Controls Energy Management Control System (EMCS) and Building Control System (BCS)

4. Edwards Systems Technology (EST), Model EST3 panel - Fire Alarm System

5. AMAG Access Control System and Intrusion Detection System

6. American Power Conversion Uninterrupted Power Supply (UPS)

CONSTRUCTION MAGNITUDE: Construction magnitude of the project is between $10,000,000 and $25,000,000.00 in accordance with FAR 36.204.

PERIOD OF PERFORMANCE: Construction/contract completion time is anticipated to take up to 540 calendar days after notice to proceed, to include inspection and punch list.

TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) FFP construction contract. The North American Industry Classification System (NAICS) code for this work is 236220 - Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE: This action is being procured on a TOTAL SMALL BUSINESS SET ASIDE basis. The small business size standard is $45 million.

LIMITATIONS ON SUBCONTRACTING: Your attention is directed to FAR clause 52.219-14 (e)(3) (DEVIATION 2021- O0008, LIMITATIONS ON SUBCONTRACTING, which states "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 , applies to this project.

Interested offerors are encouraged to attend the Pre-Bid Conference. A site visit will follow the conference. Date, time, and instructions to attend the pre-bid conference/site visit can be found in Section 00100-Instructions to Bidders, of the Solicitation document. Interested contractors are highly encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. All questions for the pre-bid conference must be submitted by April 13, 2023 via email to sabrina.m.deramus.civ@army.mil and serena.a.hoppe.civ@army.mil. All questions for proposal submission will be due no later than April 27, 2023 by 11:00 am MT.

Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your UEI number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. PLAN ACCORDINGLY!

The bid opening is scheduled for May 9th, 2023. Actual dates and times are identified in the solicitation as well as the location on Buckley Space Force Base, Aurora, CO. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).

The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov.

Plans and Specifications will be available as a "controlled package". These type of attachments require special handling due to the information they contain. You are not allowed to access controlled attachments unless your account is associated with an entity that has been certified by the Joint Certification Program. You will not immediately be permitted to view the document. Your entity's Data Custodian is the only individual authorized to access to the attachment(s). Your entity is responsible for managing the documents in accordance with prescribed directives.

If your entity is not certified by the Joint Certification Program, you can go to https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ to enroll. There is a link for completing DD Form 2345. Please note that the form must be mailed along with additional information, and approval can take several weeks, please start the process now!

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 Contract Opportunities 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 offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Posted: May 23, 2023, 1:17 p.m. EDT
Posted: May 17, 2023, 1:03 p.m. EDT
Posted: May 10, 2023, 6:48 p.m. EDT
Posted: May 5, 2023, 4:13 p.m. EDT
Posted: April 27, 2023, 10:42 a.m. EDT
Posted: April 7, 2023, 9:42 p.m. EDT
Posted: April 7, 2023, 4:24 p.m. EDT
Background
The United States Property and Fiscal Office for Colorado, located in Aurora, Colorado, is issuing an Invitation for Bid (IFB) W912LC-23-B-0001 to award a single firm fixed-price (FFP) construction contract for non-personal services.

The goal of the contract is to provide all necessary resources to complete the construction of a new National Guard Readiness Center for the Missile Defense Brigade on Peterson Space Force Base, Colorado. This project aligns with the agency's mission to enhance military readiness and support national defense initiatives.

Work Details
The project scope includes full development of a <2-acre site featuring a 33,338 square foot primary facility designed for a minimum life of 50 years. The facility will include office space, OCIE storage, a secure area, specialized network server room, breakroom, and restrooms. Construction will adhere to DoD Minimum Antiterrorism building standards and will be steel-framed with concrete topped decking for the second floor.

Key construction tasks include:
- Installation of perimeter walls with light gauge steel infill.
- Construction of a roof system with bar joists and steel roof deck.
- Implementation of energy-efficient mechanical and electrical systems.
- Site work including utility services, fire detection systems, emergency generator installation, access roads/sidewalks/curb & gutter work, storm drainage management, landscaping, and erosion control.
- Foundations consisting of shallow foundations under gravity columns with cast-in-place concrete slab-on-grade.

Options available under this contract include enhancements to entry/common spaces, envelope enhancements (such as horizontal sunshades), landscape enhancements (re-vegetation), POV parking lot expansion, additional excavation/structural fill, and upgraded mechanical equipment. Brand name products required include Best Lock Cores for door hardware and CommScope cabling products.

Period of Performance
The anticipated period of performance for construction completion is up to 540 calendar days after notice to proceed.

Place of Performance
The construction projects will be performed at Peterson Space Force Base in Colorado Springs, Colorado.

Overview

Response Deadline
May 19, 2023, 1:00 p.m. EDT (original: May 9, 2023, 3:00 p.m. EDT) Past Due
Posted
April 7, 2023, 4:24 p.m. EDT (updated: Oct. 18, 2023, 6:46 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Colorado Springs, CO United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/7/23 Colorado National Guard issued Solicitation W912LC-23-B-0001 for COARNG- National Guard Readiness Center - 100th Missile Defense Brigade- PN080295 due 5/19/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
Sabrina M. DeRamus   Profile
Phone
(720) 250-4031

Secondary Contact

Name
Serena Hoppe   Profile
Phone
(720) 250-4041

Documents

Posted documents for Solicitation W912LC-23-B-0001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912LC-23-B-0001

Award Notifications

Agency published notification of awards for Solicitation W912LC-23-B-0001

Contract Awards

Prime contracts awarded through Solicitation W912LC-23-B-0001

Incumbent or Similar Awards

Contracts Similar to Solicitation W912LC-23-B-0001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912LC-23-B-0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912LC-23-B-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7MY USPFO ACTIVITY CO ARNG
FPDS Organization Code
2100-W912LC
Source Organization Code
100232394
Last Updated
Oct. 18, 2023
Last Updated By
sabrina.m.deramus.civ@army.mil
Archive Date
June 3, 2023