Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

56 -- Specialty Concrete Blocks

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2V3037163A001
 
Response Due
9/10/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This requirement is being synopsized pursuant to Federal Acquisition Regulation (FAR) 5.101. This acquisition is 100% set aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. The primary North American Industry Classification System (NAICS) is 238190 (Other Foundation, Structure, and Building Exterior Contractors). The small business size standard for NAICS 238190 is $13 million. Contractor shall provide all supervision, equipment, materials, labor and transportation to cast in place 500 each 10 feet long x 30 inches high x 24 inches wide concrete blocks, and 60 each 5 feet long x 30 inches high x 24 inches wide concrete blocks. Concrete block will be constructed from a minimum of 3000 PSI concrete. Concrete blocks will be reinforced with one pound per yard of fiberglass mesh (or fiberglass reinforcing bar) suitable to protect blocks from sheer forces when loaded onto a flat bed trainer, hauled approximately nine miles one-way over improved and semi-improved roads, and stacked on natural sand terrain. All block will have parallel sides and perpendicular edges. Contractor is responsible for delivery, unloading and stacking of concrete blocks at the final holding area located on natural terrain at Foxtrot Target Range. To facilitate handling operations blocks will have two (2) each 3.5-inch high x 12-inch wide forklift slots in each block. The forklift slots will be perpendicular to the longest dimension of the block with slots centered on the block?s outer edges. The centerline of the slots will be located 2 feet 6 inches from the outer edges on the 10-foot block and one foot from the outer edges on the 5-foot block. Contractor will perform fabrication on base at the target holding area. The target holding areas is approximately one acre in size. Entries to the target holding area must occur during normal working hours which are Monday through Friday, 7:30 a.m. through 4:00 p.m. Eastern Standard Time. Contractor will be responsible for containing any rubbish/waste generated by the work force, work processes, or material delivery at the end of each day. The contractor will remove all contractor-generated rubbish by the end of the contract period. After blocks have cured, the contractor shall transport blocks to Foxtrot Target Range along a predetermined route consisting approximately nine miles of improved and semi-improved dirt roads. All deliveries to Foxtrot Target Range must be coordinated around the range use operational schedule. All work under this contract must be complete by 29 February 2008. Contractor shall perform all on site services required under this contract between the hours of 7:30 a.m. and 4:00 p.m. Eastern Standard Time, Monday through Friday. Schedule conflicts will be discussed during the pre-performance briefing held prior to contract performance. Important: This is a future end of fiscal year acquisition planning action and at this moment funds are unavailable for this request. The Governments obligation under this request 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 request and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The government does not imply a subsequent contract or award will be issued. This requirement is contingent upon availability of funds per FAR 52.232-18 Availability of Funds. The government will evaluate quotes based on a cost per unit basis with award to the responsible offeror with the lowest price. The solicitation will be posted on or about 30 August 2007 via Government Federal Business Opportunities website at https://www.fbo.gov. The solicitation will include Federal Acquisition Regulation contract provisions and clauses, Contract Line Item Numbers (CLINS), and a brief description of work. The description of work will include work elements, photos of existing blocks and a simple map showing the general location of fabrication area and final staging area. It is the responsibility of offeror to review the web page for notice of amendments, updates or changes to the solicitation. No hard copies will be mailed. To be eligible for award, prospective offerors must be registered in the Central Contractor Registration (CCR) Internet site, www.ccr.gov, under the appropriate small business category and NAICS. Site visits are encouraged. Site visits can be arranged by contacting Mr. Larry McLain at (863) 452-4124. Any questions must be submitted in writing to the Contracting Officer. Please note that the Government will not reimburse offerors for any costs associated with the site visit. This requirement is contingent upon availability of funds per FAR 52.232-18 Availability of Funds. Anticipated award date is on or around 14 Sept 07.
 
Place of Performance
Address: OL A, Det 1, 23 WG, Avon Park AFR, FL 33825-9381
Zip Code: 33825-9381
Country: UNITED STATES
 
Record
SN01382885-W 20070825/070823221619 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.