Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
MODIFICATION

Z -- Repair Masonry - Building 001 - Solicitation 1

Notice Date
8/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
104 FW/MSC Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV-10-R-0024
 
Response Due
9/10/2010 1:00:00 PM
 
Archive Date
9/28/2010
 
Point of Contact
Kyle Kiepke, Phone: 413-572-1593
 
E-Mail Address
kyle.kiepke@us.af.mil
(kyle.kiepke@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Massachusetts Air National Guard and the USPFO for Massachusetts intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools and supervision necessary to re-point and/or replace existing brick masonry on approximately 2,500 square feet of Building 001 located at Barnes ANGB in Westfield, MA, 01085. This procurement is a 100% set-aside as a Service-Disabled Veteran-Owned Small Business (SDVOSV) concern. The North American Industry Classification System (NAICS) Code is 238140 - Masonry Contractors. The Small Business Size Standard of $14.0 million. The magnitude of this project is between $25,000 and $100,000. The estimated performance period is 30 days. The RFP solicitation will be released on or about 11 August 2010 with a planned solicitation due date of 10 September 2010. The resultant contract will be Firm Fixed Price. Details for a pre-proposal conference and site visit will be included with the solicitation. Interested offerors must be registered in the DoD Central Contractors Registration (CCR) database. Firms can register via the CCR internet site at http://www.ccr.gov. The solicitation and associated information, plans and specifications will be available. The plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://fbo.gov. 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. The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov 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 not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be posted to FedBizOpps. The successful offeror must also have an active Online Representation and Certification Application (ORCA). The ORCA website is: http://orca.bpn.gov/. Submission of any information in response to this pre-solicitation notice is completely voluntary, and shall not constitute a fee to the Government. Primary point of contact for this notice is SMSgt Kyle Kiepke at email: kyle.kipeke@ang.af.mil. The alternate point of contact is Mr. Ed Chrusciel at email: edward.chrusciel@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-10-R-0024/listing.html)
 
Place of Performance
Address: 175 Falcon Dr, Westfield, Massachusetts, 01085, United States
Zip Code: 01085
 
Record
SN02237459-W 20100813/100812000209-af869f1093f776d22dce8dfda8022f00 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.