Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2021 SAM #7169
SOLICITATION NOTICE

Z -- Canopy Replacement

Notice Date
7/16/2021 2:15:05 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5004 354 CONS PK EIELSON AFB AK 99702-2200 USA
 
ZIP Code
99702-2200
 
Solicitation Number
FTQW-21-1010
 
Response Due
8/2/2021 3:00:00 PM
 
Archive Date
08/17/2021
 
Point of Contact
Marta Burke, Phone: 90737773506, Rachel Oldfield, Phone: 9073773503
 
E-Mail Address
marta.burke@us.af.mil, rachel.oldfield@us.af.mil
(marta.burke@us.af.mil, rachel.oldfield@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRE-SOLICITATION NOTICE FOR A DESIGN BUILD PROJECT TO REPLACE THE BLDG 2200 CANOPIES ON EIELSON AFB, AK. The U.S.A.F. is seeking potential contractors to design and construct replacement canopies adjacent to Building 2200 on Eielson Air Force Base. The foundation of the existing canopies have signs of structural deterioration. One of the side exit canopy has failed and the other three side exit canopies were removed to prevent an uncontrolled collapse. The Government requires the removal of foundations for previously demolished canopies, the removal of an existing front entry canopy, removal of a BBQ canopy, and the replacement of all exterior canopies. The Contractor shall provide a design and construction in accordance with the CLIN structure of this SOW. Once the design has been completed and accepted by the Government, the Contractor shall completely prepare the site for replacing the canopy structures including demolition and removal of the existing structures and furnish labor and materials to perform the work to repair the canopies adjacent to B2200. The Government is contemplating a Firm Fixed Price (FFP) contract for this project IAW FAR 36.301 �Use of two-phase design-build selection procedures.� It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. The estimated magnitude is between $250,000 and $500,000 IAW FAR 36.204(d). This posting is a pre-solicitation to inform potential vendors and is issued solely for informational and planning purposes. This posting is not an Invitation for Bids or a Request for Proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this pre-solicitation; all costs associated with responding to this pre-solicitation will be solely at the interested party's expense. Not responding to this pre-solicitation does not preclude participation in any future award, if one is issued. If a solicitation is released, it will be synopsized on the https://beta.sam.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The U.S.A.F. is requesting the following information from interested vendors: - Company name and contact information to include phone number and email. - Contractor capability statement. - DUNS number and CAGE code. - Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 236220, size standard of $39,500,000.00. Interested parties should send above information via email to BOTH rachel.oldfield@us.af.mil and marta.burke@us.af.mil. Phone calls will NOT be accepted in response to this pre-solicitation. Interested parties are encouraged to register with this pre-solicitation. Questions should be addressed on the attached RFI template and sent to the above emails. An actual solicitation is expected to be issued immediately after the closing of this pre-solicitation notice. The due date and time for submission of bids will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specification and/or drawings, will be made available only on the System for Award Management website at https://beta.sam.gov. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management (SAM) at https://www.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/30dac213896941feb549be29fac67ab6/view)
 
Place of Performance
Address: Eielson AFB, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN06064370-F 20210718/210716230112 (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.