SOLICITATION NOTICE
Y -- Repair Fire Suppression, Hangars
- Notice Date
- 8/29/2020 8:01:03 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7NE USPFO ACTIVITY MA ARNG DEVENS MA 01434-3505 USA
- ZIP Code
- 01434-3505
- Solicitation Number
- W50S8120B0001
- Response Due
- 9/3/2020 11:00:00 AM
- Archive Date
- 09/18/2020
- Point of Contact
- Isao Hattori, Phone: 339-202-3812, Kyle D. Kiepke, Phone: 413-572-1593
- E-Mail Address
-
isao.hattori.civ@mail.mil, kyle.d.kiepke.mil@mail.mil
(isao.hattori.civ@mail.mil, kyle.d.kiepke.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 01 The purpose of this amendment is to: - Extend the due date/time until 3 September 2020 02:00PM; - Incorporate the provision at FAR 52.228-1 by full text; - De-scope all work associated with Buildings 13, 19, and 27 and revise the Statement of Work accordingly. ------------------------------------------------------------------------------------------- Original Solicitation This solicitation is for construction services for Project Number ANGR202434, Repair Fire Suppression, Hangars to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform modifications to Hangar Fire Suppression Systems at Barnes Air National Guard Base, MA. The work consists of three main items and multiple secondary items. The main items include reprogramming/reconfiguring the foam releasing panel, replacing the manual foam releasing stations and conduits, and installing Surge Protection Devices (SPD) (also referred to as TVSS). The secondary items include providing required signage, tamper seals, replacing non-brass trim piping, and system testing. Not all hangars require all items be performed. The contract duration is 120 days after notice to proceed. This project is set aside 100% for Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $36,500,000. The magnitude of construction is between $250,000 and $500,000. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-O0003), LIMITATIONS ON SUBCONTRACTING, which states ""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."" Details and instructions for the pre-bid site visit may be found in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c8c25679d15e4a9eaca9e4df3912d40d/view)
- Place of Performance
- Address: Westfield, MA 01085, USA
- Zip Code: 01085
- Country: USA
- Zip Code: 01085
- Record
- SN05778974-F 20200831/200831133530 (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 |