Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOLICITATION NOTICE

Y -- Electrical Repair McConnell AFB

Notice Date
5/29/2018
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ18R4010
 
Point of Contact
Teresa Cabanting, Phone: 8163892399, ROBERT JOHNSON, Phone: 8163892281
 
E-Mail Address
teresa.m.cabanting@usace.army.mil, ROBERT.F.JOHNSON@USACE.ARMY.MIL
(teresa.m.cabanting@usace.army.mil, ROBERT.F.JOHNSON@USACE.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a 100% Small Business Set-Aside Solicitation for electrical repairs at McConnell AFB, Wichita, KS. The general scope of work includes, but is not limited to: repair/replacement of Medium Voltage Switchgear in and around the Flightline Maintenance Area, repair/replacement of underground electrical circuits D & E Branch and replacement of exterior lighting at various locations around McConnell along with any incidental related work. At this time, no Pre-Solicitation Conference or Site Visit is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. If the Government does schedule a site visit, the details will be included in the solicitation. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: between $5,000,000.00 and $10,000,000.00. This solicitation will be issued as a Request for Proposals (RFP) for a 100% Small Business Set-Aside, and proposals will be evaluated in accordance with FAR Part 15, Lowest Price Technically Acceptable (LPTA). The RFP will result in the award of a single firm fixed price (FFP) construction contract. The solicitation will be available on or about June 12, 2018 and bids will be due on or before July 10, 2018. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The North American Industry Classification System (NAICS) Code for this project is 237130, with a size standard of $36,500,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business concerns are strongly encouraged to consider Joint Ventures, Mentor-Protege Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any modifications to the Pre-Solicitation will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation announcement or any Amendments to the Solicitation after it is posted to FBO. The website may occasionally be inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Prior to submitting proposals, vendors must be actively registered in the System for Award Management (SAM) system. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. NEW!! SAM PROCEDURES SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required before a NEW SAM.gov entity registration is activated or an EXISTING entity is updated or renewed. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions. The point-of-contact for administrative contractual questions is Teresa Cabanting, at phone: (816)389-2399, or email: teresa.m.cabanting@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ18R4010/listing.html)
 
Place of Performance
Address: McConnell AFB, Wichita, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN04936485-W 20180531/180529230820-57c22ec8fc1c48acde00d74177dbe769 (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.