Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2024 SAM #8314
SOLICITATION NOTICE

Y -- Repair Restrooms and Sustain Steel Structures

Notice Date
8/30/2024 12:10:08 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N1 USPFO ACTIVITY TNANG 118 NASHVILLE TN 37217-2538 USA
 
ZIP Code
37217-2538
 
Solicitation Number
W50S97-24-B-0004
 
Response Due
9/16/2024 7:00:00 AM
 
Archive Date
10/01/2024
 
Point of Contact
Gregory Allen, Phone: 6156608890, Jonathan Forren, Phone: 6156608889
 
E-Mail Address
gregory.allen.8@us.af.mil, jonathan.forren@us.af.mil
(gregory.allen.8@us.af.mil, jonathan.forren@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
30 August 2024 Post PreBid Conference Minutes, Slides, and Attendance Roster. See attachments Document Type: Pre-solicitation Notice Classification Code Y�Construction of Structures and facilities Set Aside: Small Business��� NAICS Code: 236220 This is 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 repair of steel support by providing labor and materials to include: anti-corrosion coating and selective fastener replacement and painting. Repair work includes restroom demolition, update of finishes, partitions, fixtures, and flooring in accordance with design and specifications Berry Field Air National Guard (ANG) Base, Nashville, TN.� The contract duration is 180 days after notice to proceed. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $45,000,000.00. The magnitude is between $250,000 and $500,000. The date for the pre-bid conference is scheduled for 30 August 2024 at 9:00 AM CST, 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 received 5 business days prior via email to gregory.allen.8@us.af.mil and jonathan.forren@us.af.mil. The bid opening date is scheduled for 15 September 2024 at 9:00 AM CST. 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. 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: (1) 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. (2) 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, 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. 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. Place of performance is Nashville, TN. In addition to a base work described above, the solicitation will include the following option line items: 1. (Option 0001) Sustain Steel Structures, Base wide
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea7fe5d1233f4725962955bc68cabf8c/view)
 
Place of Performance
Address: Nashville, TN 37217, USA
Zip Code: 37217
Country: USA
 
Record
SN07193700-F 20240901/240830230121 (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.