Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

Z -- Add/Repair Base Water Tower

Notice Date
6/29/2010
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-10-R-0008
 
Point of Contact
Joseph Varney, Phone: 843-963-5180, Cheryl M Bennett, Phone: (843) 963-5173
 
E-Mail Address
joseph.varney@charleston.af.mil, cheryl.bennett@charleston.af.mil
(joseph.varney@charleston.af.mil, cheryl.bennett@charleston.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS ADD/REPAIR BASE WATER TOWER 29 JUNE 2010 The 628th Contracting Squadron at Charleston Air Force Base, SC will solicit for an Add/Repair Base Water Tower contract at Charleston AFB, North Charleston, South Carolina. Dollar magnitude for this contract is between $500,000 and $1,000,000. The performance time is 200 days. The work to be performed by this contract consists of furnishing all plant, labor, materials, equipment, supplies and supervision necessary to complete project DKFX 08-1009 Add/Repair Base Water Tower at Charleston Air Force Base, South Carolina. Work includes, but is not limited to: earthwork, site work, selective demolition, provide new manways at tank dome, balcony, and riser, provide new vents at tank dome, provide new supplemental foundation anchor bolts, replace existing electrical equipment, replace cathodic protection system (impressed current), removal of existing exterior and interior paint, testing/abatement of lead-based paint, prepare and repaint exterior and interior of the tank, and new recirculation system for water tower. SDVOSB and HUBZONE firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the two categories, this requirement will be set aside. Should an insfufficient number of responses be received in the two categories, the requirement will be issued as unrestriced without further notice. Interested SDVOSB and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 9 July 2010. NOTE: If this requirement is set aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS code (HUBZone or SDVOSB); (b) A positive statement of your intention to bid on this contract as a prime contractor; (c) Evidence of the recent experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contacts and current telephone numbers and percent and description of work self-performed; (d) Evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone or SDVOSB concerns. If adequate interest is not received from HUBZone or SDVOSB concerns, the solicitation will be issued as unrestricted without further notice. The applicable NAICS code is 237110 with a small business size standard of $33,500,000. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically on or about 19 July 2010 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. Primary point of contact: Joseph Varney, Contract Specialist, Phone (843) 963-5180, FAX (843) 963-2829, e-mail: joseph.varney @charleston.af.mil. Alternate point of contact: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, FAX (843) 963-2929, e-mail: cheryl.bennett@charleston.af.mil. Send all correspondence to: 628th Contracting Squadron, Attn: Joseph Varney, 101 East Hill Blvd, Charleston AFB, SC 29404-5021. NOTE: NOTICE TO OFFERORS; FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION/RFP EITHER BEFORE OR AFTER THE BID OPENING/RFP CLOSING DATE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-10-R-0008/listing.html)
 
Place of Performance
Address: Charleston AFB, SC 29404, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02191021-W 20100701/100629234624-5635aeb9e3cc9475a249205a04193b8f (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.