Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOLICITATION NOTICE

Z -- REPAIR FIRE PROTECTION SYSTEM B200 - Solicitation Documents

Notice Date
2/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-10-B-A005
 
Point of Contact
Jennifer M. Doran, Phone: 7026526196, Richard C. Jedlinski, Phone: 702-652-9121
 
E-Mail Address
jennifer.doran@nellis.af.mil, richard.jedlinski@nellis.af.mil
(jennifer.doran@nellis.af.mil, richard.jedlinski@nellis.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Attachment 3 - Asbestos Report Attachment 2 - Wage Determination Attachment 1 - Specifications Amendment 1 - Bid Time Change Solicitation FA4861-10-B-A005 The work to be performed under the requirement consists essentially of, but is not limited to, furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to design and perform the removal and replacement of all fire detection and suppression systems in Bldg 200. The current fire detection/suppression systems do not meet the National Fire Protection Code. With this current system, it poses a life and safety hazard to the occupants. Most of the facility has none or non-working systems. Work includes engineering design of new fire detection and suppression system, demolition of non-working fire detection and suppression systems, installation of new detection and suppression systems to include a mass notification to the Nellis AFB Fire Department, at Nellis AFB, Nevada. This is a Hub Zone, firm fixed price, Invitation for Bid (IFB)limited to qualified/eligible Hub Zone firms registered with the Small Business Administration. Period of Performance and Magnitude: The period of performance for this project is 365 Calendar Days after the issuance of a Notice to Proceed. All work shall be in strict compliance with the conditions of the contract, specifications and drawings. The North American Industry Classification System (NAICS) code is 238220 with a size standard of $14 million. The project magnitude is between $1,000,000 and $5,000,000. The successful contractor will be selected using FAR 52.214-19 Contract Award-Sealed Bidding-Construction, as prescribed in 14.201-6(m), provision Contract Award-Sealed Bidding-Construction (Aug 1996), where: 1. The Government will evaluate bids in response to this solicitation without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and the price-related factors specified elsewhere in the solicitation. 2. The Government may reject any or all bids, and waive informalities or minor irregularities in bids received. 3. The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the bid. 4. The Government may reject a bid as nonresponsive if the prices bid are materially unbalanced between line items or subline items. A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment. The successful offeror will submit their bids in accordance with FAR 52.214-18 Preparation of Bids-Construction, as prescribed in 14.201-6(l), provision Preparation of Bids-Construction (Apr 1984), where: 1. Bids must be- (a) Submitted on the forms furnished by the Government or on copies of those forms, and (b) Manually signed. The person signing a bid must initial each erasure or change appearing on any bid form. 2. The bid form may require bidders to submit bid prices for one or more items on various bases, including- (a) Lump sum bidding; (b) Alternate prices; (c) Units of construction; or (d) Any combination of paragraphs (b)(1) through (b)(3) of this provision. 3. If the solicitation requires bidding on all items, failure to do so will disqualify the bid. If bidding on all items is not required, bidders should insert the words "no bid" in the space provided for any item on which no price is submitted. 4. Alternate bids will not be considered unless this solicitation authorizes their submission. Site visit will be conducted on 25 Feb 2010 at 0800. Interested parties are highly encouraged to attend the site visit. The contractor is required to acknowledge at the time of closing that the contractor has inspected and is fully cognizant of site conditions. No allowance or consideration will be given after award for condition(s), which existed at the time of the site visit. Offers will be evaluated utilizing IFB provisions, as stated above, provided that they meet the minimum criteria for the bid as stated in the Statement of Work. All responsive offers will be considered by the agency. The solicitation will result in a Firm-Fixed Price Contract. All firms offering on the requirement must be registered with the Central Contractor Registration (CCR) in order to receive award. Information regarding the process for registering may be found by visiting http://www.ccr.gov. Offerors must have active Online Representation and Certification (ORCA). The ORCA website is https://orca.bpn.gov. The entire solicitation, including the specifications, will be made available only on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon all interested vendors to review this site frequently for any updates/amendments to any and all documents. All prospective offerors interested in submitting a proposal on this solicitation must have a commercial and government entity code (CAGE Code). In order to be included on the official listing of interested vendors, prospective offerors or interested parties must post the required information on the FedBizOpps website as an interested vendor. Questions or inquiries concerning this acquisition must be emailed to Jennifer Doran, Contract Specialist, at Jennifer.doran@nellis.af.mil or by calling (702)652-6196.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-10-B-A005/listing.html)
 
Place of Performance
Address: Nellis Air Force Base, B200, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02065944-W 20100218/100216234512-5e9710ac9972a155b62f37a6efb9ab10 (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.