Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2020 SAM #6734
SOLICITATION NOTICE

Z -- Repair Lightning Protection System

Notice Date
5/5/2020 10:37:10 AM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W7MU USPFO ACTIVITY AKANG 168 EIELSON AFB AK 99702-1794 USA
 
ZIP Code
99702-1794
 
Solicitation Number
W50S6K20B0006
 
Response Due
5/20/2020 11:00:00 AM
 
Archive Date
06/04/2020
 
Point of Contact
Jeffery Porter, Phone: 9073778742, Rachel E. Clark, Phone: 9073778742
 
E-Mail Address
jeffery.g.porter2.mil@mail.mil, rachel.e.clark18.mil@mail.mil
(jeffery.g.porter2.mil@mail.mil, rachel.e.clark18.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 168 Wing, Eielson AFB, AK intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price (FFP) contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for Project Number: 17-2011, Repair Lightning Protection System, B1176. �� The overall scope of this contract is to repair the existing lightning protection system by adding a grounding ring to ensure the building is in compliance with current regulations.� In addition to a base price for the work described above, the solicitation will also include a government option for this project.� Option 1 is for the repair of the surrounding fence and automatic vehicle gate in the vicinity of the grounding ring. Unit of Issue: 1 JOB The contract duration is 110 calendar days after issuance of the Notice to Proceed (NTP).� This project is set aside 100% for Small Business.� The North American Industry Classification (NAICS) Code is 238210, with a size standard of $16.5 million average annual revenue for the previous three (3) years.� The magnitude of this construction project is anticipated to be between $500,000 and $1,000,000 in accordance with FAR 36.204. Your attention is directed to FAR clause 52.219-14 (b)(3) 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 in the case of a contract for Construction by a general contractors, 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 20 May 2020. The tentative date for the pre-bid conference is on or about 04 June 2020, 10:00 a.m. Alaskan at the 168 Wing, Civil Engineer Building #3225, Eielson AFB, AK.� Interested contractors are encouraged to attend the pre-bid conference and should register in accordance with the requirements to be provided in the upcoming solicitation for clearance to the facility. A site visit will follow each pre-bid conference. Directions and instructions for entering the base will be provided in the solicitation package. Actual dates and times will be identified in the solicitation. THIS NOTICE IS NOT A SOLICITATION.� All questions for the pre-bid conference must be submitted by 01 June 2020, 4:00pm Alaskan via email to usaf.ak.168-wg.list.fal-msc-contracting@mail.mil. The bid opening date is scheduled for on-or about 19 June 2020.� Actual dates and times will be identified in the solicitation.� Funds are not presently available for this acquisition.� No contract award will be made until appropriated funds are made available. Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM.� You will need your DUNS number to register.� Instructions for registering are on the web page.� The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities website online at https://beta.sam.gov/. Contract Opportunities 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 AND ARE ENCOURAGED TO START THE REGISTRATION PROCESS NOW.� Registration instructions can be found on the https://beta.sam.gov/ website at https://beta.sam.gov/help/contract-opportunities, and selecting the �Contractor Quick Start Guide� in the top right hand corner. This solicitation is a competitive bid and there will be a formal public bid opening. DISCLAIMER: The official plans and specification will be located on the official government web page at the time the solicitation is posted and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://beta.sam.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 sent via email to MSgt Jeffery Porter and SSgt Rachel Clark at usaf.ak.168-wg.list.fal-msc-contracting@mail.mil.� All answers will provided in writing via posting to the web.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af032a882d5446f1813a7f40bebdeb58/view)
 
Place of Performance
Address: Eielson AFB, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN05645940-F 20200507/200505230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.