Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
MODIFICATION

Y -- EOD Training Facility - Construct EOD Facility

Notice Date
6/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
104 FW/MSC Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV-10-B-0002
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
Kyle Kiepke, Phone: 413-572-1593, Edward Chrusciel, Phone: 4135689151 Ext1406
 
E-Mail Address
kyle.kiepke@us.af.mil, edward.chrusciel@ang.af.mil
(kyle.kiepke@us.af.mil, edward.chrusciel@ang.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Massachusetts Air National Guard and the USPFO for Massachusetts intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools and supervision necessary to Construct Explosive Ordinance Disposal Training Facility at Barnes ANGB in Westfield, MA, 01085. The Training Facility is approximately 2,000 square feet and involves earthwork, reinforced concrete construction, stone driveway, piping erosion protection, loaming and seeding. This procurement is a 100% set-aside as a Service-Disabled Veteran-Owned Small Business (SDVOSB) concern. The North American Industry Classification System (NAICS) Code is 237990 - Other Heavy and Civil Engineering Construction. The Small Business Size Standard of $33.5 million. The magnitude of this project is between $25,000 and $100,000. The estimated performance period is 45 days. Interested offerors must be registered in the DoD Central Contractors Registration (CCR) database. Firms can register via the CCR internet site at http://www.ccr.gov. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FEDBizOpps) website on-line at https://www.fbo.gov. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition related information for all Federal agencies. Interested bidders/offers must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders /offerors who have registered with FedBizOpps must access the data for this solicitation by way of the link issued with the solicitation. Bidders/offerors cannot log into the FedBizOpps home page and search data. The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be posted to FedBizOpps. The date, time and location for the pre-bid conference is Friday, 25 June, 2010 at 0800 (8:00AM) at Barnes ANGB, Westfield, Massachusetts. Entry to Barnes ANGB is restricted and access will be allowed to individuals that have completed and submitted an Entry Authorization List (EAL) that is available with this package. Companies or individuals that do not complete this process may be denied access to the facility. Questions for this project must be in writing, to include all questions generated during the site-visit. Answers will only be provided to questions in writing and will be made available on FedBizOpps. All further questions must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this rocurement you are encouraged to email your questions to the POC's as identified below. The date and time for the receipt of bids is Friday, 29 July 2010 at 1300 (1:00PM). There will be a public bid openening with a date and time of Friday, 29 July 2010 at 1300 (1:00PM). Entry to Barnes ANGB is restricted and access will be allowed to individuals that have completed and submitted an Entry Authorization List (EAL) that is available with this package. Companies or individuals that do not complete this process may be denied access to the facility. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to the POC's as identified below. Primary point of contact for this notice is SMSgt Kyle Kiepke at email: kyle.kiepke@ang.af.mil. The alternate point of contact is Mr. Ed Chrusciel at email: edward.chrusciel@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-10-B-0002/listing.html)
 
Place of Performance
Address: 104th Fighter Wing, 175 Falcon Dr, Westfield, Massachusetts, 01085, United States
Zip Code: 01085
 
Record
SN02181902-W 20100620/100618234640-f8b9d44256b459ce66eaf30c6f007dd8 (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.