SOLICITATION NOTICE
J -- LRXQ202501, Chiller Replacement
- Notice Date
- 8/22/2020 3:57:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- W7NH USPFO ACTIVITY MSANG 172 JACKSON MS 39232-8881 USA
- ZIP Code
- 39232-8881
- Solicitation Number
- W50S7H-20-R-0005
- Response Due
- 9/11/2020 11:00:00 AM
- Archive Date
- 09/26/2020
- Point of Contact
- Amber N. Young, Phone: 6014058494, Fax: 6014058214
- E-Mail Address
-
amber.young.2@us.af.mil
(amber.young.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12 and FAR 36, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number W50S7H-20-R-0005 is being issued as a Request for Proposal (RFP) using FAR Part 15 Negotiation Procedures a Firm Fixed Price Single Award Contract for Construction Services for Chiller Replacement, for the Mississippi Air National Guard 172nd Airlift Wing located in Flowood, MS. This action is being solicited as a total small business set-aside. The North American Industry Classification (NAICS) Code is 238220 and the size standard for small business is $16.5M average annual revenue for the past three years. Project magnitude is between $100,000 and $250,000.This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-08 Effective 13 August 2020 and the Defense Federal Acquisition Regulations (DFARS) effective 5 June 2020. This construction project is subject to the Davis Bacon Act and the current prevailing Wage Determination will be incorporated in the final contract.� Currently, General Decision # MS20200053, dated 03/13/2020 is applicable to this requirement.��� The selected firms will be competitively chosen in accordance with the Federal Acquisition Regulations and source selection procedures using the Best Value Tradeoff Process.� The selection process will be conducted in accordance with FAR Part 15 Source Selection Processes and Techniques. Proposals will be evaluated on Technical, Past Performance, and Price factors. �In terms of the relative importance of these factors, the Technical factor is approximately equal to the Present/ Past Performance and when combined, the non-cost factors are approximately equal to the Price Factor. �Contract award will be made in accordance with the solicitation to the Best Value Offeror within the areas of consideration as defined in the solicitation. The Government intends to evaluate proposals and award the delivery order without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.� The Government reserves the right to reject any or all proposals at any time prior to award; negotiate with any or all offerors; award a contract to other than the offeror submitting the highest technically rated; and award contracts to offerors submitting a proposal determined by the Government to be the most advantageous (best value) to the Government in accordance with the factors stated above. A pre-proposal conference/site visit will be offered.� Details for registering for the conferences will be available in the solicitation Section 00100, paragraph 2. Interested contractors are encouraged to attend and should register in accordance with the procedures outlined in the solicitation: Site Visit:� 28 August 2020 at 10:00 A.M (CST) MS Air National Guard, 172nd Airlift Wing, Building 303 141 Military Drive, Flowood, MS. � All responsible firms may submit an offer. Interested offerors must be registered in System for Award Management (SAM). All inquiries must be in writing, via email to the person indicated below and specified in the solicitation. All questions regarding this procurement or regarding the pre-proposal/site visit conference must be submitted via email to amber.young.2@us.af.mil��and 172.AW.CONTRACTING.Org@us.af.mil��NLT three workdays prior to solicitation closing. Responses will be provided with questions, on a non-attribution basis to all interested contractors and posted via https://beta.sam.gov/ ��Contract Opportunities�. Proposals are due at 1:00 PM (CST) on 11 September 2020 per instructions provided in the solicitation SECTION 00100: Instructions, Conditions, and Notices to Offerors, paragraph 5.� DISCLAIMER: Amendments, if/when issued will be posted to https://beta.sam.gov/ �Contract Opportunities� for electronic downloading. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/616df59c16ee486b82143a40997ffcb1/view)
- Place of Performance
- Address: Flowood, MS 39232, USA
- Zip Code: 39232
- Country: USA
- Zip Code: 39232
- Record
- SN05769818-F 20200824/200822230138 (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 |