Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2023 SAM #7848
SOLICITATION NOTICE

Y -- Perimeter Road Restoration and Fence Replacement

Notice Date
5/22/2023 12:59:45 PM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
 
ZIP Code
43235-2712
 
Solicitation Number
W91364-23-B-0003
 
Response Due
6/6/2023 7:00:00 AM
 
Point of Contact
Amanda Britton, Contract Specialist, Phone: 6143364390
 
E-Mail Address
Amanda.L.Britton4.civ@army.mil
(Amanda.L.Britton4.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Perimeter Road Restoration and Fence Replacement NAICS Code: 238990 � All Other Specialty Trade Contractors The USPFO for Ohio intends to issue an Invitation for Bids to award a single firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Construction of FY23 Perimeter Road Restoration and Fence Replacement. This project is for the removal and replacement of existing fence around the perimeter of Camp James A. Garfield Joint Military Training Center (CJAG) in Ravenna, Ohio. The project also requires restoration of the perimeter road to provide vehicle access in order to conduct security and perimeter checks with a fence that meets current military standards. The Base Bid is for approximately 29,076 lineal feet of perimeter road restoration and fence replacement. Funding permitting, the following alternates will be included in the Invitation for Bid (IFB) and resulting contract. Alternate 1: Additional 5,350 lineal feet of perimeter road restoration and fence replacement. Alternate 2: Additional 2,840 lineal feet of perimeter road restoration and fence replacement. The period of performance will be 365 days after the Notice to Proceed is issued. This project is set aside 100% for Small Businesses. The North American Industry classification (NAICS) Code is 238990, with a size standard of $19,000,000.00. The magnitude of construction is between $1,000,000 and $5,000,000. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-00003), 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"". The tentative date for issuing the solicitation is on-or-about 26 June 2023. The tentative date for the pre-bid conference is on-or-about 13 July 2023, 10:00AM local time, location will be in 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 no later than two business days to the Project Manager, Hugh Holley via email at Hugh.R.Holley.NFG@army.mil. The bid opening date is scheduled for on-or about 27 July 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 statement of work 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; therefore, 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/c0bafd0c0a664d659e827143b96407a0/view)
 
Place of Performance
Address: Ravenna, OH, USA
Country: USA
 
Record
SN06690351-F 20230524/230522230112 (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.