Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
MODIFICATION

Z -- Overhead Electric Areas F/G

Notice Date
7/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures 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-0013
 
Archive Date
7/30/2009
 
Point of Contact
Branndon Teffeteller, Phone: (843) 963-5180, Cheryl M Bennett, Phone: (843) 963-5173
 
E-Mail Address
branndon.teffeteller@charleston.af.mil, cheryl.bennett@charleston.af.mil
(branndon.teffeteller@charleston.af.mil, cheryl.bennett@charleston.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description The 437th Contracting Squadron at Charleston Air Force Base, SC will solicit for Repair Electrical Distribution System (Areas F/G) Contract at Charleston AFB, North Charleston, South Carolina. Dollar magnitude for this contract is between $1,000,000.00 and $5,000,000.00. The performance time is 360 days. The work to be performed by this contract consists of furnishing all plant, labor, materials, equipment supplies and supervision necessary to Repair Electrical Distribution System (Areas F/G) at the Charleston Air Force Base, South Carolina. The work includes, but is not limited to, the demolition of existing overhead electrical, telephone, cable television, and fiber optic systems, including poles, conductors, cables, conduit, guys, meters, transformers, and associated equipment and the installation of new underground electrical systems, including but not limited to: conduits, conductors, cables, pad-mounted switches, pad-mounted transformers, communication handholes, concrete-encased duct banks, trenching, pavement repair and other supporting accessories, as indicated. The Phase F area of work is along Bates Street from Building 166 to Graves Avenue. The Phase G area of work is along Bates Street from Hill Boulevard south approximately 3/10 mile, to a point across from Building 68. HUBZone and SDVOSB 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 and SDVOSB 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. The clause requires that the concern perform at least 25% 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 and SDVOSB). (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 with current telephone numbers and percent and description of work self-performed; (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 and SDVOSB concerns. If adequate interest is not received from HUBZone and SDVOSB concerns, the solicitation will be issued as unrestricted without further notice. The applicable NAICS code is 237130 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: 1Lt Branndon Teffeteller, Construction Contract Administrator, Phone (843) 963-5180, FAX (843) 963-2829, e-mail: branndon.teffeteller@charleston.af.mil or 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: 1Lt Branndon Teffeteller, 101 East Hill Blvd, Charleston AFB, SC 29404-5021. ** NOTICE TO OFFERORS; FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION/RFP EITHER BEFORE OR AFTER THE BID OPENING/RFP CLOSING DATE. **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-09-R-0013/listing.html)
 
Place of Performance
Address: Charleston AFB, South Carolina, Charleston AFB, South Carolina, 29404-5021, United States
Zip Code: 29404-5021
 
Record
SN01866571-W 20090708/090707000613-6898e0636a55f36b2b76cb8dfb62db9e (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.