Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2025 SAM #8499
SOLICITATION NOTICE

J -- Fire Protection Repairs

Notice Date
3/3/2025 10:24:52 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W7N7 USPFO ACTIVITY WVANG 130 CHARLESTON WV 25311-1023 USA
 
ZIP Code
25311-1023
 
Solicitation Number
W50S9J-25-B-0001
 
Response Due
3/17/2025 1:00:00 PM
 
Archive Date
04/01/2025
 
Point of Contact
SSgt Jorden McCormick, Phone: 3043416206, Fax: 3043416076, Lt Col Sam Stuck, Phone: 3043416292, Fax: 3043416076
 
E-Mail Address
jorden.mccormick@us.af.mil, samuel.stuck@us.af.mil
(jorden.mccormick@us.af.mil, samuel.stuck@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Presolicitation Notice � Fire Protection Repairs?? ? GENERAL IFB, 100% Total Small Business set-aside ? NAICS Code: 238220 Plumbing, Heating, & Air Conditioning Contractors? ? The 130th AW Contracting office in WV intends to issue an Invitation for Bids to award a single firm fixed-price contract to provide Fire Protection Repairs for the 130th AW. Work will be performed by NICET Certified Technicians, following UFC 3-601-02 and UFC 3-600-01. The key tasks include flow testing ramp underground hydrants and repairing the wet pipe sprinkler system in Building 141 by adjusting sprinkler drops and installing escutcheons in multiple rooms. Additionally, the project includes troubleshooting and repairing the Mass Notification System in Building 107, replacing the Monaco Fire Alarm Panel and Carbon Monoxide Detectors in Building 420, and installing a missing heat detector in Building 130. Various installations and replacements of sprinkler escutcheons and smoke detectors are required in Building 421. Furthermore, the project includes replacing the check valve next to Building 142, installing exterior horn strobes in POL Building 129's loading area, and replacing the fire alarm panel in Building 408's pump house.? The contract duration will be 90 calendar days after notice to proceed to include inspection and punch list. This project is set aside as a 100% Total Small Business set-aside. The North American Industry Classification System (NAICS) Code is 238220, with a small business size standard of $19,000,000. The magnitude of construction is between $100,000 and $250,000 IAW FAR 36.204(c). The tentative date for issuing the solicitation is on-or-about 17 Mar 2025. The tentative date for the pre-bid conference is on-or-about 31 Mar 2025 01:00 PM eastern 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 for the pre-bid conference must be submitted by 28 March 2025 via email to SSgt Jorden McCormick Jorden.mccormick@us.af.mil CC Lt Col Samuel Suck samuel.stuck@us.af.mil.?? ? The bid opening date is tentatively planned for on-or-about 16 April 2025 01:00 PM Eastern time. 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/15c5b7845db042ec80b8fb11d6716a70/view)
 
Place of Performance
Address: Charleston, WV 25311, USA
Zip Code: 25311
Country: USA
 
Record
SN07358851-F 20250305/250303230038 (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.