Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2025 SAM #8510
SOLICITATION NOTICE

J -- ITN Backup Generator, B314

Notice Date
3/13/2025 1:40:45 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W7NV USPFO ACTIVITY OKANG 138 TULSA OK 74115-1699 USA
 
ZIP Code
74115-1699
 
Solicitation Number
W50S8U25QA010
 
Response Due
3/27/2025 11:00:00 AM
 
Archive Date
04/11/2025
 
Point of Contact
Joshua Kingori, Phone: 9188337305, Frank Friedl, Phone: 9188337250
 
E-Mail Address
138.FW.MSC@us.af.mil, 138.FW.MSC@us.af.mil
(138.FW.MSC@us.af.mil, 138.FW.MSC@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ITN Backup Generator, B314 UPDATES: 1. Uploaded Site Visit Slides and Redacted Site Visit Sign in sheet on 13 March 2025 The Tulsa Air National Guard, Oklahoma is issuing request for quote 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 installing a 31 KW diesel generator. This will entail providing and install one (1) 31 KW diesel generator, one (1) 100A automatic transfer switch, and one (1) 100A panel at Building 314 at Tulsa Air National Guard Base. The contract duration will be 90 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 (NAICS) Code is 811310, with a size standard of $12,500,000.00. The magnitude is between $25,000 and $100,000 IAW FAR 36.204(b). The date for the pre-offer conference is on 13 March 2025, at 0900 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-offer conference. All questions for the pre-offer conference must be submitted by 18 March 2025 via email to 138.FW.MSC@us.af.mil. The solicitation close is 27 March 2025 at 1300 CST. Offers are provided electronically to email address 138.FW.MSC@us.af.mil 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/c66d2ef562ae46f5b6032f85a35b4019/view)
 
Place of Performance
Address: OK 74115, USA
Zip Code: 74115
Country: USA
 
Record
SN07370769-F 20250315/250314000104 (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.