Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOLICITATION NOTICE

Z -- Add/Repair Bldg 184

Notice Date
6/30/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-09-R-0014
 
Point of Contact
Adrian V. Oliver, Phone: 843-963-5197, Cheryl M Bennett, Phone: (843) 963-5173
 
E-Mail Address
adrian.oliver@charleston.af.mil, cheryl.bennett@charleston.af.mil
(adrian.oliver@charleston.af.mil, cheryl.bennett@charleston.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis for B184: The 437th Contracting Squadron at Charleston Air Force Base, SC will solicit for an Addition/Repair APS Facility Building 184 contract at Charleston AFB, North Charleston, South Carolina. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The performance time is 180 days. The work consists of furnishing all plant, labor, equipment, material and performing all operations necessary to provide addition and repair of APS Facility Building 184 at Charleston AFB. The work to be performed by this contract includes, but is not limited to, earthwork, directional drilling, site work, concrete, masonry, brick veneer, engineered metal building construction, structural standing seam metal roof with gutters and downspouts, ceiling fire sprinkler system, in-rack fire sprinkler system, mechanical, electrical, demolition, foundations, metal stud walls, gypsum board, interior finishes, metal doors and frames, windows, acoustical ceiling tile, power, fire alarm, roll-up door installation, telephone and communication systems. HUBZone, SDVOSB and 8(a) firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the two categories; this requirement will be set aside. Should an insufficient number of responses be received in the two categories, the requirement will be issued as a small business set-aside. Interested HUBZone, SDVOSB or 8(a) concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 10 July 2009. NOTE: If this requirement is set aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set aside you qualify for under the applicable NAICS code (HUBZone, SDVOSB or 8(a); (b) A positive statement of your intention to bid on this contract as a prime contractor; (c) Evidence of recent experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contacts and current telephone numbers and percent; (d) Evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, SDVOSB, and 8(a) concerns. Failure to submit all information requested may result in a contractor not being considered as an interested HUBZone, SDVOSB, and 8(a) concern. If adequate interest is not received from HUBZone, SDVOSB and 8 (a) concerns, the solicitation will be issued as a small business set-aside. The applicable NAICS code is 236220 with a small business size standard of $33,500,000. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically on or about 15 July 2009 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. Primary point of contact: Lt Adrian V. Oliver, Contract Administrator, Phone (843) 963-5176, FAX (843) 963-2829, e-mail: adrian.oliver@charleston.af.mil. Alternate point of contact: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, FAX (843) 963-2829; e-mail cheryl.bennett@charleston.af.mil. Send all correspondence to: 437th Contracting Squadron, Attn: Lt Adrian V. Oliver, 101 East Hill Blvd, Charleston AFB, SC 29404-5021. NOTICE TO OFFERORS: Funds are not presently available within Air Mobility Command to fund this project; we anticipate funds will become available by 17 Nov 2009. 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. If current fiscal year (FY09) funds become available, contract awards will be made no later than 30 Sept 09. If FY09 funds are not available, projects will be funded with FY10 funds. We expect to have FY10 funds by 17 Nov 09.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-09-R-0014/listing.html)
 
Place of Performance
Address: 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01861122-W 20090702/090701000320-94dec143e55c6fce5042c3127c01f8dd (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.