SOLICITATION NOTICE
Z -- Installation of Rigid Trolley Style fall protection systems Buildings 107 and 121, Project Number LYBH20030065 and LYBH20030066, located at the 130th Airlift Wing, West Virginia Air National Guard Base
- Notice Date
- 3/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 130 AW/LGC, West Virginia Air National Guard, 1679 Coonskin Drive, Unit 36, Charleston, WV 25311-5010
- ZIP Code
- 25311-5010
- Solicitation Number
- W912L8-04-B-0001
- Response Due
- 5/26/2004
- Archive Date
- 7/25/2004
- Point of Contact
- Kimberly Rowan, use email below
- E-Mail Address
-
Email your questions to 130 AW/LGC
(p&cwv@wv.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This solicitation notice is for the installation of Rigid Trolley Style fall protection systems Buildings 107 and 121, Project Number LYBH20030065 and LYBH20030066, located at the 130th Airlift Wing, West Virginia Air National Guard Base, Central We st Virginia Regional Airport Yeager Airfield, Charleston, West Virginia. The project includes the installation of a Rigid TrolleyStyle fall protection in two separate Aircraft Hangars. The system in Hangar #11 (Building 107) will span approximately 147 fe et 8 inches at a height of approximately 29 feet. Hangar #11 is constructed as a structural arch facility. The system in Hangar #2 (Building 121) will span approximately 167 feet 2 inches at a height of approximately 24 feet. The fall protection systems will be utilized during the repair and maintenance of C-130H aircraft. The contractor will furnish all materials, tools, labor, equipment, and supervision necessary to perform and complete the work. The estimated construction cost is between $25 thousand to $100 thousand. The type of contract is a firm fixed price. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Firms can register via the CCR Internet site at http://www.ccr.gov or by contactin g the CCR Information Center at 1-888-227-2423. The North American Industry Classification System (NAICS) code for this work is 238290 Other Building Equipment Contractors. The small business size standard is $12 million. This acquisition is unrestricted r egarding business size with Price Evaluation Preference for HUBZone Small Business Concerns (reference FAR 52.219-4). All responsible sources are encouraged to bid. If the low bidder is a large business, the firm shall be required to submit a small busines s subcontracting plan in accordance with FAR 52.219-009, Alternate I. The subcontracting goals for the National Guard which will be considered in the award of this contract are: at least 65% of a contractor's intended subcontract amount be placed with sma ll businesses (SB), including small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone Small Business and Service-Disabled Veteran Owned Small Business. At least 4.0% of a contractors intended subcontract amount be placed with S DB. At least 8.7% of a contractors intended subcontract amount be placed with WOSB. At least 3.0% of a contractors intended subcontract amount be placed with HUBZone. At least 3.0% of a contractors intended subcontract amount be placed with Service-Disab led Veteran Owned Small Business. The tentative date for issuing the solicitation is on-or-about April 23, 2004. The bid opening is scheduled for on-or-about May 26, 2004. Construction/contract completion time is 30 days. This project has been assigned I nvitation for Bid (IFB) number W912L8-04-B-0001. To obtain Plans and Specifications offerors must register in the Electronic Bid Solicitation (EBS) system located at http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. If you do not register, the United States Government is not responsible for providing you notifications of any changes to this solicitation. The entire solicitation including plans and specifications will be available at no cost in electronic format through the EBS site (http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp). DISCLAIMER: The official plans and specification are located on the official government w eb page and the government is not liable for the information furnished by any other source. Amendments, if/when issued will be posted to the EBS system for electronic downloading. This will normally be the only method of distributing amendments; therefo re, it is the offerors responsibility to check the web site periodically for any amendments to this solicitation. Web sites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivi ty or for an offerors inability to access the documents posted on the referenced web pages. Bidding Documents may be examined without charge at the following location: Office of the Base Civil Engineer, 130th AW, Charleston, West Virginia. To set up an ap pointment to view the documents at the Civil Engineer office, please phone (304) 341-6232. EMAIL all questions to p&cwv@wv.ngb.army.mil and the answers will be posted to the EBS web page.
- Place of Performance
- Address: 130 AW/LGC West Virginia Air National Guard, 1679 Coonskin Drive, Unit 36 Charleston WV
- Zip Code: 25311-5010
- Country: US
- Zip Code: 25311-5010
- Record
- SN00552442-W 20040325/040323212015 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |