Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

Y -- 60 Foot Towers at Tyndall CP/Shelter and Radio Relocation at Carabelle FL

Notice Date
6/16/2010
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CEG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-10-R-0107
 
Point of Contact
Tracie Holman, Phone: (405) 734-5056, Cathy D Summers, Phone: (405) 734-5410
 
E-Mail Address
tracie.holman@tinker.af.mil, cathy.summers@tinker.af.mil
(tracie.holman@tinker.af.mil, cathy.summers@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
38 CEG/PKE intends to issue a solicitation for relocation of radio systems into a new shelter at ACMI Facility, Carabelle FL, and the installation of two 60-foot telescoping towers at Tyndall AFB FL. The 325 Communications Squadron at Tyndall AFB FL requires the purchase and installation of a new 12 ft x 20 ft prefabricated shelter on elevated piers, the installation of GFE radio racks, power, grounding and other interior work not provided by the shelter manufacturer. Also as part of this requirement, the Tyndall AFB Command Post requires the replacement of two wooden poles with two new 60-ft telescoping towers on freestanding concrete block foundations above ground. Towers will be attached at the roofline to the building, and then guyed to the roof and ground at three points. One tower will be for LMR use, and one will be for UHF voice and non-LMR use. This proposed contract is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code proposed for the requirement is 237130. The size standard for NAICS 237130 is $33.5 million. 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, at the time of RFP closing, along with their technical and pricing proposal, 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. Award will be made using Lowest Price Technically Acceptable in accordance with FAR Par 15. A solicitation will be electronically posted on or about 6 Jul 10. All notices and any/all amendments will be posted and available for viewing on this site (www.fbo.gov). The date and time for the preproposal site visit will be included in FAR 52.236-27 located in Section 00100 for the RFP - Bidding Schedule/Instructions to Bidders. It is the responsibility of interested parties to review this site frequently for the posting of any updates/amendments to the solicitation. No telephone calls or written requests for this solicitation package will be accepted. All questions or comments should be directed electronically to the POCs listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical questions and answers shall be provided to the Contracting Officer ONLY to ensure equal distribution of information to interested parties. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code and must be registered with Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 in order to receive award. CCR can be obtained at www.ccr.gov. Additionally, all offerors must complete the registration package on the Federal Business Opportunities website, which places them on the solicitation source list. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. An AFSPC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The MAJCOM Ombudsman is the AFSPC/A7K and can be contacted at: 150 Vandenberg Street, Peterson AFB CO 80914, Telephone 719-554-5299; E-mail: A7K.wf@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7cbff9077205a082eb2a2b775f129d0b)
 
Place of Performance
Address: Tyndall AFB and Carabelle ACMI Site., Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02179190-W 20100618/100616234949-7cbff9077205a082eb2a2b775f129d0b (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.