Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2020 SAM #6756
SOLICITATION NOTICE

Y -- C-130 Flight Simulator Facility

Notice Date
5/27/2020 1:46:14 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NJ USPFO ACTIVITY MOANG 139 SAINT JOSEPH MO 64503-9307 USA
 
ZIP Code
64503-9307
 
Solicitation Number
W50S7G-20-B-0001
 
Response Due
5/29/2020 8:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Talia A. Guess, Phone: 8162363259, Adam D. Danner, Phone: 8162363256
 
E-Mail Address
talia.a.guess.mil@mail.mil, adam.d.danner.mil@mail.mil
(talia.a.guess.mil@mail.mil, adam.d.danner.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Summary of Work / Description of Requirement: The Air National Guard�s 139th Airlift Wing, 705 Memorial Drive, St. Joseph, MO 64503 intends to issue an Invitation for Bid (IFB) to award a single firm-fixed-price contract for the Construct C-130 Simulator Facility located at North Property, Rosecrans Memorial Airport, St. Joseph MO, Project Number ULYB169010. The magnitude of this project is between $5,000,000.00 and $10,000,000.00. The project is set aside 100% for Small Business. The scope of this project includes, but is not limited to, providing the necessary, personnel, equipment, transportation, and materials required to construct a new Full Motion Simulator Facility. This facility is approximately 10,600 SF reinforced masonry and steel frame construction on a concrete slab with a sloped steel roof. Interior work includes administrative space, training/briefing rooms, restrooms, break area, mechanical/electrical support space, and Simulator bay/maintenance shop/computer room. Exterior work includes raising the site, utility extensions, pavements, fencing, site and drainage improvements and support.� This project has nine�options:� 1. Demountable Partitions. 2. Bridge Crane.� 3. Landscaping.� 4. Additional Fencing.� 5. Additional Road Removal.� 6. Additional Gravel Parking. 7. Additional Fill and Placement. 8. Additional Fill and Placement. 9. Additional Fill and Placement.� Advantor Systems Corporation security system, Monaco fire alarm system, Schlage lock sets and Automated Logic Software for the Direct Digital Control system are sole source/brand name specific for this project (noted justifications will be included with the solicitation). All work performed shall be conducted in accordance with all applicable state and federal laws and regulations, ANG policies and regulations, Plans and Specifications and the PWS. The North American Classification System (NAICS) code for this work is 236220. This is a total small business set -aside. The small business size standard is $39,500,000.00 average annual revenue for the previous three years. Class Deviation 2019-O0003 (e) (3) (dtd 05/03/2019) � Limitation on Subcontracting (DEVIATION 2019-O0003) which states, �Agreement. By submission of an offer and execution of a contract, the offeror/contractor agrees in performance of the contract in the case of a contract for � General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded.� Contractor Bids are to be good for 120 calendar days. The tentative date for issuing the solicitation is May 12th, 2020. A formal site visit will be scheduled and included in the solicitation. The duration of this contract will be 365 calendar days. A bid bond in the amount of 20% of the offer will be required. The solicitation and associated information and the plans and specifications will be available only from the beta.SAM.gov website at https://beta.sam.gov/. beta.SAM.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with beta.SAM.gov before accessing the system. beta.SAM.gov registration requires the following information: 1) DUNS Number OR you will be prompted to input your company's information such as legal name, address, telephone number, and email address. Registration instructions can be found on the beta.SAM.gov website at https://beta.sam.gov/help/contract-opportunities and is located in the contractor quick start guide. 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://beta.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's 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 or CD/DVDs
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb66cdbec7da413ab88f3602ceeb1a3c/view)
 
Place of Performance
Address: Saint Joseph, MO 64503, USA
Zip Code: 64503
Country: USA
 
Record
SN05671573-F 20200529/200527230156 (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.