Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2022 SAM #7687
SOLICITATION NOTICE

56 -- UTES 2 BAY Addition: Pre-Engineered Metal Building with 30 Ton Crane

Notice Date
12/9/2022 7:38:26 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
 
ZIP Code
43235-2712
 
Solicitation Number
W91364-23-B-0001
 
Response Due
1/10/2023 7:00:00 AM
 
Point of Contact
Amanda Britton, Contract Specialist, Phone: 6143364390
 
E-Mail Address
Amanda.L.Britton4.civ@mail.mil
(Amanda.L.Britton4.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USPFO for Ohio intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the Construction of a 6,480 square foot addition, with two drive-through work bays, to an existing Unit Training Equipment Site (UTES) vehicle maintenance facility. The addition shall be a pre-engineered metal building with metal exterior roof and wall panels to match the existing facility. Supporting facilities for the addition will include exterior concrete work bay access aprons and a 30-ton crane with 27�-0� A.F.F. hook height. Cost effective energy conservation features will be incorporated into the design, including high efficiency motors, lighting, safety and HVAC systems. Existing HVAC will be removed and replaced within the existing two vehicle bays. In addition to the base work described above, the solicitation includes Options. Option No. 1: Upgrade existing bays vehicle exhaust. Option No. 2: Provide and install wiring, panels, and outlets. Option. No. 3: Provide and install lightning protection system for the existing buildings. Option. No. 4: Provide and install ceiling mounted circulation fans. Option. No. 5: Provide and install 8 floor utility trenches. Option No. 6: Provide and install a semi- circular wall-mounted wash basin in the lavatory. Provide and install a water cooler (w/ bottle filling). Option No. 7: Provide and install a 30 tons capacity bridge crane at designated crane beam support. Option No. 8: Provide and install a trench drain between existing bay and addition bay. Option No. 9: Replace base bid gravel with 8� reinforced concrete pavement on 10-inch aggregate base. NAICS Code: 236220 - Commercial and Institutional Building Construction The contract duration is 365 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 $39,500,000.00. The magnitude of construction is between $1,000,000 and $5,000,000 including all options. Your attention is directed to FAR Clause 52.219-14(e)(3), LIMITATIONS ON SUBCONTRACTING, which states ""By submission of an offer and execution of a contract, the Contractor agrees in performance of a contract assigned a North American Industry Classification System (NAICS) code 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"". The tentative date for issuing the solicitation is on-or-about 13 January 2023. The tentative date for the pre-bid conference is on-or-about 26 January 2023. The location and time of the pre-bid conference will be identified in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by the date identified in the solicitation. The bid opening date is scheduled for on-or about 15 February 2023. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management�(SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).�The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. 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 Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing. 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 offeror's inability to access the documents posted on the referenced web pages. The Government will not�issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c4b4dd420f8846f6949c999b8c384768/view)
 
Place of Performance
Address: Newton Falls, OH 44444, USA
Zip Code: 44444
Country: USA
 
Record
SN06540303-F 20221211/221213085134 (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.