Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOLICITATION NOTICE

Z -- Epoxy Floors Building 1048

Notice Date
1/13/2025 8:12:40 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NV USPFO ACTIVITY OKANG 137 OKLAHOMA CITY OK 73179-1051 USA
 
ZIP Code
73179-1051
 
Solicitation Number
W50S8T25BA014
 
Response Due
1/28/2025 8:00:00 AM
 
Archive Date
01/29/2025
 
Point of Contact
SMSgt Kyle Thomas, Phone: 4056865810, Timothy Clutter, Phone: 4056865274
 
E-Mail Address
kyle.thomas.24@us.af.mil, timothy.clutter.1@us.af.mil
(kyle.thomas.24@us.af.mil, timothy.clutter.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis for Invitation for Bids (IFB) Set-Aside for Small Businesses NO BIDS WILL BE ACCEPTED IN RESPONSE TO THIS SYNOPSIS. Will Rogers Air National Guard Base, OK Building 1048 Epoxy Floors NAICS Code: 236220 - Commercial and Institutional Building Construction The 137th Special Operations Wing at Will Rogers Air National Guard Base (WRANGB) of the Oklahoma 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 Epoxy Floors in Building 1048 at WRANGB in Oklahoma City, OK. The contract duration will be 120 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 236220, with a small business size standard of $45,000,000. The magnitude of construction is between $100,000 to $250,000. The tentative date for issuing the IFB solicitation is on-or-about 28 January 2025. The tentative date for the pre-bid conference is on-or-about 4 February 2025, 1000hrs 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 submitted by 12 February 2025 2024 via email to 137somsg.msc.contracting@us.af.mil. The bid opening date is tentatively planned for on-or-about 3 March 2025. 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. ***52.232-18 Availability of Funds.*** Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/abb799fceb794fb1b9bc9d48010a0a63/view)
 
Place of Performance
Address: Oklahoma City, OK 73179, USA
Zip Code: 73179
Country: USA
 
Record
SN07310916-F 20250115/250113230057 (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.