Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOLICITATION NOTICE

Z -- TDVG222031 - Repair Troop Quarters Roofs - Alpena CRTC, MI

Notice Date
5/30/2024 1:00:46 PM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
W7NF USPFO ACTIVITY MIANG CRTC ALPENA MI 49707-8172 USA
 
ZIP Code
49707-8172
 
Solicitation Number
W50S86-24-B-0001
 
Response Due
6/14/2024 2:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Thomas B. Emery, Phone: 9893546297, Timothy D. Frasier, Phone: 9893546283
 
E-Mail Address
thomas.emery.2@us.af.mil, timothy.frasier@us.af.mil
(thomas.emery.2@us.af.mil, timothy.frasier@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Presolicitation Notice - Invitation for Bids (IFB) Set-Aside for Small Businesses NAICS Code: 238160 � ROOFING CONTRACTORS PSC: Z2FC The Michigan 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 for the repair of the Troop Quarters Roofs at the Alpena Combat Readiness Training Center (CRTC) looked in Alpena Michigan. The contract duration will be 365 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Business. The North American Industry Classification System (NAICS) Code is 238160, with a small business size standard of $19,000,000. The magnitude of construction is between $500,000 and $1,000,000. The tentative date for issuing the solicitation is on-or-about 14 June 2024. The tentative date for the pre-bid conference is on-or-about 2 July 2024, 1:00 PM local time, 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 from the pre-bid conference must be submitted by the tentative date of 12 July 2024 via email to MSgt Thomas Emery at thomas.emery.2@us.af.mil AND MSgt Timothy Frasier at timothy.frasier@us.af.mil. The bid opening date is tentatively planned for on-or-about 26 July 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. Brand Name Justification: No Brand Name Justification is required. Instructions: The project magnitude is between $500,000 and $1,000,000. This requirement is 100% set-aside for small business with NAICS 238160. From Small Business information see http://www.sba.gov. The NAICS code 238160 will apply with the Small Business Size Standard of $19.0M. This requirement will be a Competitive Invitation for Bid (IFB) and awarded as Firm-Fixed Price contract. In accordance with FAR Par 14, 36, and FAR 19.805, the successful contractor will be chosen via Invitation for Bid procedures that result in the best value to the Government. All information required for submission of an offer will be identified in the solicitation. Solicitation W50S86-24-B-0001 information will be advertised electronically on or about 14 June 2024 at www.sam.gov with an anticipated award date of 30 August 2024. All responsible sources may submit a proposal, which shall be considered by the agency. Award will be made to the responsible bidder whose bid conforms to the invitation for bids and is most advantageous to the government considering price only. This proposed contract action is for planning purposes only and does not commit the Government to pay for any information, issue a solicitation, or award a contract. The pre-solicitation is not to be construed as a commitment by the Government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. Paper copies will not be available. Closing is anticipated to be on or about 26 July 2024. All interested parties must be registered in the System for Award Management (SAM) as prescribed in DFARS 252.204-7004 Alt A prior to award. For details see https://sam.gov/. This may take many weeks, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. No facsimile bids will be considered. No e-mailed bids will be considered. Contractors shall be fully qualified in all aspects of the requirements to be considered. All inquiries must be in writing, preferable via email to persons specified in the solicitation. All answers will be provided via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to MSgt Thomas Emery at thomas.emery.2@us.af.mil AND MSgt Timothy Frasier at timothy.frasier@us.af.mil. *Note: For assistance with access, or questions in regard to navigating sam.gov (System for Award Management), please contact your local Apex Accelerator (formerly PTAC). Contractors may access the Apex Accelerator website for their respective geographic location at https://www.apexaccelerators.us/#/service-area-locator. ������� DISCLAIMER: The official plans and specifications will be located on the official government web page (sam.gov) and the Government is not liable for information furnished by any other source, or �plan rooms�. The solicitation will be posted to sam.gov for electronic downloading. Amendments, if/when issued with the solicitation, will be posted to sam.gov for electronic downloading as well. This will be the only method of solicitation, and any further 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 Offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. The Government may grant a request to view additional hard copy as-built drawings as necessary. A site visit will be scheduled for this request if/when the solicitation is posted to ensure fairness to all Offerors. Contracting Office Address: Alpena Combat Readiness Training Center (CRTC) Contracting Squadron 5884 A Street, Bldg 2022 Alpena, MI 49707
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82126828f9064eeab405f9b134612123/view)
 
Place of Performance
Address: Alpena, MI 49707, USA
Zip Code: 49707
Country: USA
 
Record
SN07081096-F 20240601/240530230056 (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.