Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2017 FBO #5565
SOLICITATION NOTICE

Y -- Load Crew Training and Weapons Release Shops

Notice Date
2/15/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, Minnesota, 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM-17-B-0001
 
Point of Contact
Colleen M. Moore, Phone: (320)616-2753, Scott Beeman,
 
E-Mail Address
colleen.m.moore.civ@mail.mil, scott.p.beeman.mil@mail.mil
(colleen.m.moore.civ@mail.mil, scott.p.beeman.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Minnesota National Guard intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, and supervision necessary for the construction of Load Crew Training and Weapons Release Shops at the Duluth Air National Guard, Duluth, Minnesota. This project includes but is not limited to the construction of approximately 20,000 SF of an aircraft certification bay and associated shop and support facilities. Also shops and offices to support the Weapons Release Shops. Upon completion of the building; demolition of Building 219 will be completed. The contract duration is approximately 540 days. This project is set aside for Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $36,500,000.00. The cost range is between $5,000,000 and $10,000,000. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. The tentative date for issuing the solicitation is on-or about 2 March 2017. The tentative date for the pre-bid conference is on-or about 8 March 2017. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 22 March 2017 via email (preferred) to colleen.m.moore.civ@mail.mil OR scott.p.beeman.mil@mail.mil The bid opening date is scheduled for on-or about 4 April 2017. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the DoD System for Award (SAM) database. Firms can register via the SAM internet site at https://www.sam.gov Interested offerors are required to submit their representations and certifications on-line at this website as well. The solicitation, plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.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. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf 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 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 provided in writing via posting to the web. Place of performance is the Duluth Air National Guard Base, Duluth, MN.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM-17-B-0001/listing.html)
 
Place of Performance
Address: Duluth Air National Guard, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN04404749-W 20170217/170215235519-1fc25a224f100db3fe0204e09b074d61 (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.