Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

Z -- Enclose Hangar Door - Q&A #2

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-R-0006
 
Archive Date
10/6/2015
 
Point of Contact
Meghan Thomas, Phone: 315-330-2177
 
E-Mail Address
Meghan.Thomas.1@us.af.mil
(Meghan.Thomas.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Q&A #2 *** 17 SEP 2015 - ADDITIONAL QUESTION/ANSWER DOCUMENT POSTED *** *** 16 SEP 2015 - QUESTION AND ANSWER DOCUMENT POSTED AS ATTACHMENT *** The work covered under this Contract consists of furnishing all labor, equipment, devices, and materials and performing all work required to perform complete construction of new infill insulated metal panel wall system, with personnel door, sectional overhead door and storefront windows in existing hangar door opening of Building 101 at Rome Site in accordance with technical specifications and applicable drawings. This acquisition includes, but is not limited to, these principal features: 1. Construction of a new infill wall system in the existing hangar door opening at Building 101. Wall system consists of steel columns, girts, and insulated wall panels. Wall includes a sectional overhead door, hollow metal personnel door and storefront window system. 2. Incidental electrical work including power to overhead door, door security, and disconnection of existing hangar doors. This acquisition will be a 100% Small Business Set-Aside IAW FAR 19.5. The applicable NAICS code is 236220 with an associated small business size standard of $36,500,000 average annual revenue. The estimated magnitude of construction is between $250,000 and $500,000. Offeror must have the capability to provide payment and performance bonding in the amount of its proposal. DRAFT versions of the Project Manual, Drawings, Past Performance Questionnaire, and Solicitation Sections L and M are attached to this notice. Questions and comments are welcome and must be sent to the Contract Specialist Meghan Thomas at Meghan.Thomas.1@us.af.mil. The Request for Proposal (RFP) will be posted online at the Federal Business Opportunities website http://www.fbo.gov under the reference number FA8751-15-R-0006 on or about 24 August 2015. Proposals will be due approximately 30 days later. A site visit will be conducted about 10 days after issuance of the RFP. The date will be finalized when the RFP is posted. The RFP documents only will be available electronically. Potential offerors will be responsible for downloading the RFP documents and for monitoring the website for possible amendments and any additional information. Award will be a firm fixed price (FFP) contract resulting from a competitive negotiated Request for Proposal (RFP). The award decision will be based on Price / Past Performance Tradeoff (PPT) as identified in FAR Part 15 and supplements thereto. It is intended that award will be made to the lowest priced responsible offeror if that offeror's proposal is technically acceptable and receives a past performance rating of Substantial Confidence. The Source Selection Authority shall make an integrated assessment best value award decision if the lowest priced technically acceptable proposal is not rated as Substantial Confidence in the past performance assessment. Interested vendors may register their contact information at the Federal Business Opportunities website under this notice. The list will be available online and is to facilitate subcontracting and teaming opportunities. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in and have their Online Representations and Certifications completed in the System for Acquisition Management (SAM)- www.SAM.gov. Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://wawf.eb.mil. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-R-0006/listing.html)
 
Record
SN03891455-W 20150919/150917235932-d7451218d5d80a2b60c303f8c5a466e0 (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.