Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

Y -- RAPCON Canopy Upgrade at Grand Forks AFB

Notice Date
6/23/2010
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-0110
 
Point of Contact
Amy K. Byars, Phone: (405) 582-1219, Cathy D Summers, Phone: (405) 734-5410
 
E-Mail Address
amy.byars@tinker.af.mil, cathy.summers@tinker.af.mil
(amy.byars@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 canopy purchase, delivery, installation, and site preparation activities for the Radar Approach Control (RAPCON) facility at Grand Forks AFB. National Airspace System (NAS) has scheduled Grand Forks AFB for upgrading of their Air Traffic Control facilities with Standard Terminal Automation Replacement System (STARS). This project includes installing the Operations Room Canopy Equipment Structures and accomplishing the peripheral installation support required by the NAS Program Office. This proposed contract is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code proposed for the requirement is 238210. The size standard for NAICS 238210 is $14 million in average annual receipts. 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. Upon release of the solicitation that will be posted on or about 9 Jul 10, 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. Award will be made using Lowest Price Technically Acceptable in accordance with FAR Par 15. A solicitation will be electronically posted to this site (www.fbo.gov) on or about 9 Jul 10. All notices and any/all amendments will be posted and available for viewing on this site (www.fbo.gov). 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 Office 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/3396f698b3b22acef87428827aea95aa)
 
Place of Performance
Address: Grand Forks AFB ND, Grand Forks, North Dakota, 58204, United States
Zip Code: 58204
 
Record
SN02185950-W 20100625/100623235034-3396f698b3b22acef87428827aea95aa (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.