Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2025 SAM #8482
SOLICITATION NOTICE

Z -- Sustain Aircraft Apron and Military Hwy

Notice Date
2/14/2025 11:21:44 AM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
 
ZIP Code
55450-2100
 
Solicitation Number
FA663325Q0001
 
Response Due
3/20/2025 1:00:00 PM
 
Archive Date
04/04/2025
 
Point of Contact
Karen Gillen, Phone: 6127131427, Chin Kuk Dahlquist, Phone: 6127131426
 
E-Mail Address
karen.gillen@us.af.mil, chin_kuk.dahlquist.1@us.af.mil
(karen.gillen@us.af.mil, chin_kuk.dahlquist.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request For Quote (RFQ) � Maintain Aircraft Apron and Portion of Military Hwy, 934th Airlift Wing, Minneapolis Minnesota 1. This is a Request for Quote �Construction� for Solicitation FA663325Q0001. in accordance with the attached Statement of Work (SOW), Technical Specifications, all applicable drawings/plans, and terms and conditions of the solicitation requirements. All questions must be submitted in writing to the Contracting Officer (CO) and Contract Specialist (CS) for official response in accordance with the required solicitation procedures. Your Quote must be valid for 90 days from the Quotation due date per SF1442 Block 13d and Section C. 2. This acquisition is being solicited pursuant to FAR Subpart 6.203; this acquisition will be conducted as a 100% Total Small Business set aside. 3. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government has no obligation to reimburse an offeror for any cost. The Government intends to award a single Firm-Fixed Price award for the subject project. Please submit your priced quote accordingly. For selection, the Government will evaluate each quote in accordance with the procedures specified in FAR Part 13.106-2. After evaluation of quotations or offers, the quote that represents the best value to the Government will be selected. The award will be made to the offeror that represents the Lowest Price Technically Acceptable (LPTA). Offerors are reminded they must comply with the Buy American Act requirements. 4. 934 CONF/PK requests your firm submit its quotation, and all information required by this RFQ, no later than the date and time specified on the solicitation Standard Form (SF), 1442, Block 13 date. All Contractors must utilize page two of SF 1442, Block 14 (details in Section B) to Block 20 to submit all quotes. Review all appropriate/relevant fill in clause(s) under Section K. Email the completed SF 1442 and applicable fill in clauses to: karen.gillen@us.af.mil and chin.dahlquist.1@us.af.mil 5. The magnitude of acquisition is between $100,000 and $250,000. 6. Site Visit will be held in accordance with instruction on FAR Clause 52.236-27 Site Visit (Construction) Section L. 7. Address, in writing, all technical and contractual questions to the Contract Specialist, Karen Gillen, karen.gillen@us.af.mil. All technical and contractual questions must be copied to the Contracting Officer (CO), Chin Dahlquist; chin.dahlquist.1@us.af.mil. Contractors shall submit these questions for the purpose of eliminating contractor assumptions and exceptions as part of their quote. Questions must be submitted in writing to the Contracting Officer and Contract Specialist for official response within five (5) days after scheduled site visit date. 8. If the quoter believes that the requirements set forth within these instructions contains an error, omission, or are otherwise unsound, the quoter shall immediately notify the Government POC�s in writing with supporting rationale. 9. The desired Period of Performance (PoP) from issuance of the notice to proceed is 45 calendar days. 10. The applicable Wage Determination required by this RFQ is Hennepin County, Minnesota. 11. To assure timely and equitable evaluation of quotes, bidders must follow the instructions contained herein. Bidders are required to meet all QFR requirements, including terms and conditions, representations and certificates, and technical requirements. Failure to meet any requirement may result in a bid being deemed ineligible for award based on non-responsiveness to the RFQ Instructions. 12. If this RFQ is amended, all terms and conditions that are not amended remain unchanged. The bidder shall acknowledge receipt of any amendment to this request by the date and time specified in the amendment(s). 13. Elaborate brochures or documentation, binding, detailed artwork, and other embellishments are not required nor desired by the Government for the purpose of adequately responding to this RFQ. 14. Identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 15. Oral presentations/bids will not be allowed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c36e49b534748e483cf943ca552f608/view)
 
Place of Performance
Address: Minneapolis, MN 55450, USA
Zip Code: 55450
Country: USA
 
Record
SN07343738-F 20250216/250214230028 (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.