Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SOLICITATION NOTICE

Z -- Building 610 Fabric Doors

Notice Date
5/8/2024 12:14:39 PM
 
Notice Type
Presolicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 174 SYRACUSE NY 13211-7099 USA
 
ZIP Code
13211-7099
 
Solicitation Number
W50S8N24B0002
 
Response Due
5/23/2024 1:00:00 PM
 
Archive Date
06/07/2024
 
Point of Contact
Briana McCaffery, Phone: 3152332130, Richard M. Peirson, Phone: 3152332033
 
E-Mail Address
briana.mccaffery@us.af.mil, richard.peirson@us.af.mil
(briana.mccaffery@us.af.mil, richard.peirson@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Invitation for Bids (IFB) Set-Aside for Small Businesses NAICS Code: 332321 - Metal Window and Door Manufacturing The New York Air National Guard intends to issue an Invitation for Bids 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 Repair Aircraft Hangar Fabric Door on Bldg 610. Contractor shall achieve complete and fully functional aircraft shelter door system in accordance with Assa Aboly�s Mega Door standards and DoD Standards. All work shall be performed by an Assa Abloy Certified MegaDoor technician. The contractor shall perform factory maintenance on the B610 fabric door system. This includes but is not limited to installation of OEM certified new parts, adjustments on non-consumable parts, repair of guide rails, motor and gear box maintenance, and adjustments to the control limit and hoist system. The contract shall install a new mullion safety chain for each mullion system. There are three bid options: -Bid Option #1. The contractor shall replace the door fabric for the entire Tri-Leaf door system. -Bid Option #2. The contractor shall replace all belt hoist motors, belt hoist gear boxes and mullion hoist motors. -Bid Option #3. The contractor shall replace the non-functioning gear box in Building 138 Door#3 North. Door#3 North is currently stuck in the open position. Testing for full functionality shall occur after are components of the door are replaced, repaired and inspected. A properly formatted, completed, and signed inspection report shall be given to the Contracting Officer upon competition of on-site work and prior to the contractor demobilizing from the work site at 6001 East Molloy Rd. Mattydale, NY 13211. The contract duration will be 270 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Businesses. The North American Industry Classification System (NAICS) Code is 332321, with a small business size standard of 750 employees. The magnitude of construction is between $500,000.00 and $1,000,000.00. The tentative date for issuing the solicitation is on-or-about 27 May 2024. The tentative date for the pre-bid conference is on-or-about 5 June 2024, 9:00A.M. EST, location to be provided 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 4 June 2024 via email to briana.mccaffery@us.af.mil. The bid opening date is tentatively planned for on-or-about 27 June 2024. 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 will be available only from the Contract Opportunities page at SAM.gov. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the 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 towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded�. In accordance with FAR 36.211(b), the following information is provided: The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements. 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 for 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/27589d5cb4db43e9bd03e90272a8a0e3/view)
 
Place of Performance
Address: Syracuse, NY 13211, USA
Zip Code: 13211
Country: USA
 
Record
SN07057060-F 20240510/240508230045 (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.