Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

Z -- Add/Repair Passenger Terminal, Bldg164

Notice Date
6/27/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-14-R-0022
 
Point of Contact
William B. Mann, Phone: 8439635160, Cheryl Bennett, Phone: 843-963-5173
 
E-Mail Address
william.mann.12@us.af.mil, cheryl.bennett@us.af.mil
(william.mann.12@us.af.mil, cheryl.bennett@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Add/Repair Passenger Terminal, Bldg. 164 Solicitation Number: FA4418-14-R-0022 The 628th Contracting Squadron at Joint Base Charleston, SC will solicit for additions and repairs to the Joint Base Charleston Passenger Terminal - Building 164 contract at Joint Base Charleston, North Charleston, South Carolina. The work to be performed under this contract consists of additions and repairs to the existing Passenger Terminal, Bldg. 164. Minor construction additions include all work associated with additions to the building, additional canopies, pavements, drop arm gates, play area enclosures, and site lighting. Repairs include exterior and interior renovations and roof replacement. Seven ancillary bid alternates will be included with the requirement. Ancillary bid alternates include Furniture/Fixtures, Play Ground Equipment, Play Ground Furniture/Fixtures, Baggage Handling Equipment, Intrusion Detection System, Audio-Visual System, and Wi-Fi. Dollar magnitude for this contract is between $5,000,000 and $10,000,000. The anticipated performance time is 419 days. The NAICS Code is 236220. The Size Standard is $33,500,000.00. NOTICE TO OFFEROR (S) /SUPPLIER (S): WHILE FUNDS ARE NOT PRESENTLY AVAILABLE WITHIN THE AIR MOBILITY COMMAND TO FUND THIS PROJECT, WE ANTICIPATE FUNDS WILL BECOME AVAILABLE BY 17 NOV 14. IF CURRENT FISCAL YEAR (FY14) FUNDS BECOME AVAILABLE, CONTRACT AWARDS WILL BE MADE NO LATER THAN 30 SEP 14. IF FY14 FUNDS ARE NOT AVAILABLE, PROJECTS WILL BE FUNDED WITH FY15 FUNDS. WE EXPECT TO HAVE FY15 FUNDS BY 17 NOV 14. SOLICITATION MAY BE CANCELLED AND ALL OFFERS REJECTED BEFORE AWARD BUT AFTER SOLICITATION CLOSING DATE WHEN CANCELLATION IS CLEARLY IN THE GOVERNMENT'S BEST INTEREST. SPECIAL REQUIREMENT/CONCERNS: This contract will be a firm-fixed price. HUBZone, 8(a), and SDVOSB firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement will be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested HUBZone, 8(a), and SDVOSB concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 15 July 2014. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS code (HUBZone, 8(a), or SDVOSB). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $10,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), and SDVOSB concerns. If adequate interest is not received from HUBZone, 8(a) or SDVOSB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. The applicable NAICS code is 236220 with a small business size standard of $33,500.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. NOTES: (1) The solicitation, specifications and drawings will be available on the website on or about 24 July 2014, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this solicitation. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk of expense of the contractor. (6) In accordance with DFARS 252.209-7993, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Original Point of Contact William Mann, Contract Specialist, Phone (843) 963-5180, FAX (843) 963-2829, e-mail: william.mann.12@us.af.mil. Alternate point of contact: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, Fax (843)963-2829, e-mail: Cheryl.bennett@us.af.mil. Place of Performance Address: Joint Base Charleston - Air Base, North Charleston, SC Postal Code: 29404 Country: USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-14-R-0022/listing.html)
 
Place of Performance
Address: Joint Base Charleston, North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03408631-W 20140629/140627234536-4334d323e8c3361a33a5090376e3260f (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.