Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2014 FBO #4576
SOLICITATION NOTICE

Z -- Renovate/Repair Vehicle Maintenance Fac B900

Notice Date
6/3/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building 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
FA4418-14-R-0017
 
Point of Contact
Matthew S. Carman, Phone: 8439635176, Useba Ford, Phone: 8439635174
 
E-Mail Address
matthew.carman.2@us.af.mil, Useba.Ford@us.af.mil
(matthew.carman.2@us.af.mil, Useba.Ford@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
THIS IS A PRE-SOLICITATION NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: RENOVATE & REPAIR VEHICLE MAINTENANCE FACILITY, BUILDING 900 Solicitation Number: FA4418-14-R-0017 The 628th Contracting Squadron at Joint Base Charleston, SC will solicit for the renovation and repair of the Vehicle Maintenance Facility - Building 900 at Joint Base Charleston - Weapons Station, Goose Creek, South Carolina. This contract will be a firm-fixed price. This solicitation will be a 100% HUBZone Small Business set-aside. Dollar magnitude for this contract is between $1,000,000 and $3,000,000. The anticipated performance time is 270 days. The applicable NAICS Code is 236220 and the size standard is $33,500,000.00. The general intent of this project is to repair and renovate the Vehicle Maintenance Facility, Building 900. Renovation includes but is not limited to building and interior finish improvements for both Operations and Vehicle Maintenance bays and associated administrative offices to accommodate a new work area in the Materials Section of the building. The building will not be occupied during performance of this work under this contract. Exterior renovation includes: 1) demolition of aluminum/canvas awning and installation of a permanent entrance, 2) demolition of the existing structural standing seam metal roofing and installation of a Joint Base Charleston standard composite structural standing seam metal roof system. Interior improvements include: energy efficient lighting, plumbing and fixtures, flooring, acoustical ceilings, demolition/installation of walls, wall paint, new base and wall cabinets. Interior improvements will also include: 1) demolition of pits/lifts and leveling them to the existing slab, 2) installation of a center lift and 3) relocation of existing sprinkler head and HVAC outlets to fit in new ceiling tiles. NOTICE TO OFFEROR (S) / SUPPLIER (S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. NOTE: This requirement is a small business set-aside (HUBZone); therefore, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the small business concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. 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. NOTES: (1) The solicitation, specifications and drawings will be available on the website on or about 30 June 2014, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this solicitation. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk of expense of the contractor. (6) In accordance with DFARS 252.209-7993, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-14-R-0017/listing.html)
 
Place of Performance
Address: 2482 Red Bank Road, Building 900 (NPTU), Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN03384492-W 20140605/140603235622-8f5640634867c57e8d7130e420f4d9d7 (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.