Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2022 SAM #7695
SPECIAL NOTICE

Y -- Repair Building 51

Notice Date
12/20/2022 8:09:07 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NS USPFO ACTIVITY NCANG 145 CHARLOTTE NC 28208-3866 USA
 
ZIP Code
28208-3866
 
Solicitation Number
W50S87-23-B-5001
 
Response Due
1/15/2023 8:00:00 AM
 
Point of Contact
Bryant K. Alexander, Phone: 7043914207
 
E-Mail Address
Bryant.Alexander@us.af.mil
(Bryant.Alexander@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 145th Airlift Wing in Charlotte, NC intends to issue an Invitation for Bid (IFB) 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 to repair and expand an existing C-17 aircraft hangar. �This project includes renovation of a 70,000 square foot structure and a 3,000 SF addition.� Functional areas include an aircraft hangar high bay in which to maintain aircraft, briefing rooms, administrative areas for training and support staff, equipment and maintenance rooms, storage spaces, communications rooms, mechanical and electrical utility rooms and latrine facilities. Additive Bid Items (ABI) will be included in this solicitation with the following order of priority: Roller Shades in lieu of Blinds Epoxy Flooring Additional Parking Minor Construction � Epoxy Flooring BRAND NAME: This project requires brand name specific products. A justification will be posted upon issuance of and attached to the solicitation. The brand name products included in this acquisition are Monaco BT-XM Radio Transceiver, Alterton DDC control system, Best Coremax, Interior finishes per schedule, Sika Sarnafil PVC Roofing and Davco Sheet metal coping. This project is solicited as small business set aside. �All responsible offerors are encouraged to participate. The total contract duration is 540 days from issuance of the Notice to Proceed. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000 average annual revenue for the previous three (3) years. �The magnitude is between $15,000,000.00 and $25,000,000.00.� � The Government will determine apparent low bidder in accordance with the procedure described in DFARS Provision 252.236-7007, Additive or Deductive Items. In addition, to establish its responsibility, the apparent low bidder will be requested by the Government prior to award, to submit a statement regarding his previous experience in performing comparable work, his business and technical organization, financial and bonding resources, plant available to be used in performing the work, etc.� This action will be requested to determine if the contractor is responsible. The tentative date for issuing the solicitation is on-or about 1 March 2023. The tentative date for the pre-bid conference/site visit is on-or about 15 March 2023.� Interested contractors are highly encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. The bid opening date is tentatively scheduled for on-or 30 March 2023. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website online at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. 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://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, 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. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbfb5b11f81b40eeb9cdab149538c907/view)
 
Place of Performance
Address: Charlotte, NC 28208, USA
Zip Code: 28208
Country: USA
 
Record
SN06548087-F 20221222/221220230116 (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.