Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2017 FBO #5533
SOLICITATION NOTICE

Z -- Construct Walmore Road Gate Redesign

Notice Date
1/14/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
FA6670-17-R-0002
 
Point of Contact
Mary Elizabeth Pyle Platts,
 
E-Mail Address
mary.pyleplatts@us.af.mil
(mary.pyleplatts@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote or invitation for bid. Estimated issue date for the solicitation is on or after 30 January 2017, with proposals due approximately 30 days thereafter. It will be issued electronically at the Federal Business Opportunities website http://www.fbo.gov under the reference number FA6670-17-R-0002. Niagara Falls Air Reserve Station has a requirement for a Construction project, Construct Walmore Road Gate Redesign. Contractor to furnish all plant, labor, parts, materials, equipment, transportation and supervision required to design and complete the following construction project, RVKQ 12-0588, Construct Walmore Road Gate Redesign. Work will include, but is not limited to, demo existing Sentry Station and Overwatch Tower. Construct a new Sentry Station and an Over Watch Tower, Asphalt Paving and re-grading, rebuilding of existing area, slopes and fencing will be modified as required to ensure security. In addition, add fencing/cable along both sides of the road to ensure security. Work will be performed at the 914th Airlift Wing, Niagara Falls ARS, Niagara County, NY. Performance time is 180 calendar days. A single Firm Fixed-Price construction contract will be awarded. This solicitation is set-aside 100% for Women-Owned Small Businesses (WOSB). The estimated magnitude of construction is between $ 250,000 and $500,000. The NAICS code is 236220, the SIC code is 1542 and the Small Business Size Standard is $36,500,000. Bid, Payment and Performance Bonds will be required. Liquidated damages will be identified in the solicitation and placed under the proposed contract. All applicable provisions and clauses will be included in the actual solicitation. Site visit information will be provided in the solicitation ; prime contractors, subcontractors and/or suppliers may attend the site visit. Proposals shall be evaluated utilizing Lowest Price Technically Acceptable (LPTA) source selection procedures resulting in the best value to the Government. Evaluation factors will be set forth in Sections L & M of the solicitation and will include evaluation of the following areas: Price, Technical Acceptability and Past Performance. There will be no public bid opening. This notice does not obligate the government to award a contract nor does it obligate the government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit the requested information and/or a proposal. Responses to this notice and/or the Request for Proposals will not be returned. The complete solicitation will only be available electronically at http://www.fedbizopps.gov. No paper / hard copies will be provided. It is the contractor's responsibility for downloading the RFP documents and for monitoring the website for possible amendments, any changes or updates. 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 opportunities. Contractors must be actively registered in the System for Award Management (SAM) database at https://www.sam.gov and have their Online Representations and Certifications completed. Failure to register in the database will render the contractor ineligible for award. Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://wawf.eb.mil Any questions relating to this solicitation must be submitted in writing to the contracting office. No verbal communications are authorized. For questions, please contact Mary Pyle Platts at mary.pyleplatts@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-17-R-0002/listing.html)
 
Place of Performance
Address: 914th Airlift Wing, Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN04372106-W 20170116/170114233038-d15a118c70bc1694a39c3f6bf4174e8f (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.