Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
MODIFICATION

Z -- Fort. MacArthur Maintenance/Repair - Section L

Notice Date
9/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-09-R-0066
 
Archive Date
10/10/2009
 
Point of Contact
Randy L. Corry, Phone: 3106535384, Donald B Naiman, Phone: 310-653-5400
 
E-Mail Address
randy.corry@losangeles.af.mil, donald.naiman@losangeles.af.mil
(randy.corry@losangeles.af.mil, donald.naiman@losangeles.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Section L to reflect due date and site visit date The 61st Contracting Squadron, Los Angeles AFB, CA is issuing a Request for Proposal (RFP) for the acquisition of Maintenance and Repair Construction Services at Fort MacArthur, San Pedro, California. The Government is soliciting for the award of a Firm-Fixed Price contract. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 236220. The size standard for NAICS 236220 is $33.5M. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. This project consists of installing magnetic door holds on second floor center landing doors that will automatically release when the fire alarm is activated. Removal of old stairwell doors and installation of new doors along with new updated hardware as approved by base locksmith. Replace corroded sections of wrought iron fencing behind building 31. Repair of all rotted and damaged metal brackets and stairs on south exterior fire escape stair at building 40. Painting of main gate entrance gates at Pacific Crest and Pacific Height housing areas. Additionally install 4 vinyl speed bumps at Pacific Heights. This project is a Construction Project. The Performance Period for this project is estimated to be 90 calendar days after receiving the Notice to Proceed. The magnitude of this project is estimated to be $25,000 to $100,000. The evaluation technique to be utilized for the contemplated award of the issued solicitation is Performance Price Trade-Off (PPT). Under PPT, past performance will be evaluated. Interested parties should register online and subscribe to receive procurement announcements related to this solicitation by entering the website at http://www.fbo.gov. Potential offerors are responsible for monitoring this site for release of the solicitation package. To be eligible for contract award, offerors must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR website at http://www.ccr.gov. Contractors must also submit their representations and certifications at the online Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov. There will be no paper copies of this solicitation available. The RFP will be released using the Electronic Posting System (EPS) available at http://www.fbo.gov. All solicitation information may be obtained through the above referenced website. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. The Government reserves the right to cancel this solicitation at any time. Any questions in regards to this notice must be submitted in writing or via email to the Contracting Specialist, Lt Randy Corry, randy.corry@losangeles.af.mil, 310-653-5390 or the Contracting Officer, Lt Donald Naiman, donald.naiman@losangeles.af.mil, 310-653-5400
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-09-R-0066/listing.html)
 
Place of Performance
Address: Fort MacArthur 2400 Pacific Ave, San Pedro, California, 90731, United States
Zip Code: 90731
 
Record
SN01962497-W 20090921/090919234008-cb6f97c1e11f8d6792081ba342922d54 (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.