Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2014 FBO #4491
SOLICITATION NOTICE

Z -- Florida Air National Guard project #LSGA082017, Repair Maintenance Administrative Area, Bldg 1001.

Notice Date
3/10/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
125 FW/MSC, 14300 Fang Drive, Jacksonville, FL 32218-7933
 
ZIP Code
32218-7933
 
Solicitation Number
W911YN-14-B-1000
 
Response Due
3/24/2014
 
Archive Date
5/9/2014
 
Point of Contact
Dawn Loyd, 904-641-7445
 
E-Mail Address
125 FW/MSC
(dawn.loyd@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 125th Fighter Wing located in Jacksonville FL, intends to issue an Invitation For Bid (IFB) to award a single firm fixed-price contract for services, non-personal, for project number LSGA082017, REPAIR MAINTENANCE ADMINISTRATIVE AREA, BLDG 1001, Jacksonville International Airport FL. Project to be LEED Silver Certified. The general scope of work for this project consists of repair and reconfiguration of the interior administrative area of Hangar Building No. 1001. The work also includes the addition of an accessible passenger elevator, mechanical, and sprinkler systems. The project will require that the interior of the existing facility be reconfigured to house the 125th Fighter Wing administrative offices. The project is located at the Air National Guard facilities at Jacksonville International Airport in Jacksonville, Florida. The contract duration is 180 days after NTP. This project is a total Small Business set-aside. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. The magnitude is between $1,000,000.00 and $5,000,000.00. Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states quote mark By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees quote mark applies to this project. The tentative date for issuing the solicitation is on-or about 24 March 2014. The tentative date for the pre-bid conference is on-or about 1 April 2014, 9:00AM local time, location will be in solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 28 March 2014 via email (preferred) to dawn.loyd@ang.af.mil or fax (904)641-7443. The bid opening date is scheduled for on-or about 5 May 2014. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. 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/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) System for Award management (SAM) 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. Please reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the project specification and drawing documents. Bidders who have registered with FBO must access the data for this solicitation by way of the link issued with the solicitation. Additionally, in accordance with policy, the project documents will be Export Controlled. To view and/or download Export Controlled Materials, a company must be certified (via an approved DD Form 2345) by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS), reference web address http://www.dlis.dla.mil/jcp/. This certification establishes that a company is a U.S. or Canadian contractor eligible to receive unclassified technical data that is under the control of the U.S. Department of Defense (DoD) or the Canadian Department of National Defense (DND). Questions about this program or DD Form 2345 should be addressed to U.S./Canada Joint Certification Office, Defense Logistics Information Services (DLIS), Federal Center, 74 Washington Avenue North, Battle Creek, MI 49017-3084; or telephone (616) 961-4358, toll free (800) 352-3572; or email jcp-admin@dla.mil. Once a company is certified with the JCP office (3 to 5 business days), the company should contact FBO to have them add their JCP number to their FBO account. (Note: This process can take longer and is out of the control of the Florida National Guard.) When the Contractor clicks to open an export controlled package/document, they should be asked for their MPIN. After entering the MPIN, the export controlled package/document should be viewable/downloadable by Contractors that have gone through the JCP process. If a Contractor still has problems, the Contractor should check to make sure that their SAM registration and MPIN are valid and up-to-date. If problems still persist, the Contractor may call the FBO help desk at 866-606-8220, selection option 2 for FBO issues, and ask for troubleshooting assistance. Bidders cannot log into the FBO home page and search data. This solicitation is a competitive bid and there will be a formal public bid opening. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Companies in the business of notifying companies of opportunities, such as quote mark plans rooms quote mark, are cautioned to abide by the terms associated with Export Controlled information as established under the JCP. 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 bidder's 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 a bidder's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies and does not intend to issue copies on CD. 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 FBO. Place of performance is 125th Fighter Wing, FANG Road, Jacksonville, FL 32218.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08-1/W911YN-14-B-1000/listing.html)
 
Place of Performance
Address: 125 FW 14300 Fang Drive, B1001 Jacksonville FL
Zip Code: 32218-7933
 
Record
SN03306912-W 20140312/140310235308-e6dfdedbea8b22b6009eff3ffc942f4f (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.