Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2014 FBO #4481
SOLICITATION NOTICE

Z -- Fuel Dispensing Rack

Notice Date
2/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237210 — Land Subdivision
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH14B0001
 
Response Due
3/27/2014
 
Archive Date
4/29/2014
 
Point of Contact
Marvin Bethel, (301) 619-8807
 
E-Mail Address
US Army Medical Research Acquisition Activity
(marvin.c.bethel.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The United States Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Garrison (USAG) has a requirement to procure, install, test and commission changes to the existing tank #189, located on Fort Detrick, MD. The solicitation will be an Invitation for Bid (IFB), which requires vendors to submit their bid, supporting documentation, and best price by the solicitation closing/response date. Bids will be opened at a public opening. In an IFB there are no discussion, so you must ask and receive response to any questions you may have about this solicitation. Subject to final review of the bids, award will be made to the lowest priced, responsive, and responsible bidder. IFBs are evaluated based on price and price related factors only, as well as responsiveness of the bid to the requirements of the solicitation. The contractor shall read the entire Invitation for Bids (IFB) solicitation package to ensure your complete understanding of the terms and conditions of the solicitation and resultant contract to include those provisions and clauses incorporated by reference. Award is made to the responsive and responsible vendor with the lowest price. The following work is required: The work consists of furnishing all labor, equipment, materials and supervision to include meeting all safety related requirements to furnish and install/build a new Fuel Dispensing Rack or System at Tank #189 on Fort Detrick. All work must be performed in strict accordance with the Plan, Specifications and Drawings. The contractor shall procure, install, test and commission a truck fueling station including but not limited to: pipe, pumps, meter, hoses, corrugated overhead roof and walls and all equipment complete with all safety equipment as required by the Plans, Specifications and Drawings. The contractor shall also demolish the old asphalt, replacing with concrete and also test and commission changes to the existing tank located at Tank #189, located at Building 190, Fort Detrick, MD 21702. After receipt of the Notice to Proceed (NTP) and prior to the start of work, the contractor shall attend a pre-construction meeting with the COR and the Contracting Officer. Contractor shall be responsible for all field measurements. All materials and equipment shall be installed in accordance with Plans, Specifications and Drawings and the approved recommendations of the manufacturer to conform to the contract requirements. The installation shall be neat in appearance, free from defects and shall be accomplished by personnel skilled in this type of work. Contractor shall be responsible for the clean-up and removal of all waste materials and debris from the job site and disposal of by removing from Fort Detrick property. The Contractor shall be responsible and liable for all damages to Government property due to any negligence on the part of their workmen. The instalation of the new Fuel Dispensing System shall be completed within 120 calendar days after receipt of NoticeTo Proceed. All materiel and workmanship shall be warranted for a period of one year from the date of installation. Davis-Bacon Act Wage Determination applies and contractor shall be actively registered in the System for Award Management https://www.sam.gov/portal/public/SAM.. Miscellanoeus Information: This requirement is a 100% Small Business Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for bidders operating under North American Industry Classification System (NAICS) code 237210, with a size standard of $33.5 million. SDVOSB status will be verified via the Small Business Administration (SBA). Bids received from concerns that do not qualify as a SDVOSB shall be considered nonresponsive and shall be rejected. However, before rejecting a bid otherwise eligible for award because of questions concerning the small business size representation associated with the above NAICS code, an SBA determination shall be obtained. Solicitation number W81XWH-14-B-0001 is released on 28 February 2014 and bids will be due on 27 March 2014 at 10:00 AM ET. The magnitude of the requirement is between $100,000 and $250,000. A site visit will be held on 04 March 2014 at 10:30 AM ET. Detailed location information can be found in the solicitation. Although not mandatory, interested contractors are advised to attend the site visit. Contractors must notify the Contract Specialist via email of their intent to attend the site visit. Questions will be addressed at the site visit as well as responded to in writing and posted as an amendment to the solicitation. Questions must be submitted electronically to the Contract Specialist NLT 7 March 2014 at 12:00 PM (Noon) ET. No hard copies of the solicitation will be issued by this contracting office. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at https://acquisition.army.mil/asfi/default.cfm or https://www.fbo.gov/. Potential bidders interested parties are responsible for accessing the website, and must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, bidders MUST be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Telephonic requests will not be honored and a bidder lists will not be maintained. Potential bidders are required to direct all questions via email to Mr. Marvin Bethel at marvin.c.bethel.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH14B0001/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03299158-W 20140302/140228234035-59ab76f135e8ab8c0ea70d0d5789f4fd (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.