Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

Y -- CONSTRUCT SMALL AIR TERMINAL

Notice Date
4/26/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-17-R-0013
 
Point of Contact
Thomas E. Tortorella, Phone: 860-386-4063, Dawn Whelan, Phone: 860-292-2320
 
E-Mail Address
thomas.e.tortorella.mil@mail.mil, dawn.m.whelan.mil@mail.mil
(thomas.e.tortorella.mil@mail.mil, dawn.m.whelan.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Connecticut intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the construction of a Small Air Terminal, Bradley Air National Guard (ANG) Base, East Granby, CT. Project Description: Construct 15,900 SF consisting of a 13,200 SF Small Air Terminal and a 2,700 SF Deployment Processing Center. The installation requires an adequately sized and properly configured Small Air Terminal and Deployment Processing facility in support of eight (8) PAA C-130 aircraft. Functional areas include: training and pallet-buildup, office and storage spaces and locker and latrine, deployment processing areas, personnel holding areas and aircraft fire fighting systems storage. Option Items are as follows: 1) Exterior site improvements; 2) Interior improvements; 3) Furnish and install New Parachute Winch System in lieu of Relocating Existing winch system from Building 78; and 4) Furnish and install horizontal insulated metal wall panels and vertical subframing required for the horizontal installation in lieu of vertical insulated metal wall panels as specified and as shown on the drawings. The contract duration is 455 days after Notice to Proceed (NTP) to include inspection and punch list. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $36,500,000.00. The magnitude of this project is between $5,000,000 and $10,000,000. Your attention is directed to FAR CLAUSE 52.219-14 (c)(3) LIMITATIONS ON SUBCONTRACTING which states "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 15 percent of the cost of the contract, not including the cost of materials, with its own employees," which applies to this project. The tentative date for issuing the solicitation is on-or about 11 May 2017. The tentative date for the pre-proposal conference is on-or about 18 May 2017 - time and location specifics will be in the 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-proposal conference. All questions for the pre-proposal conference must be submitted by 16 May 2017 via e-mail (preferred) to thomas.e.tortorella.mil@mail.mil. The solicitation closing date is scheduled for on-or about 12 June 2017. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. The Government intends to award without discussions. Interested offerors must be registered in 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 NGB February 2017 A-43 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: Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via e-mail to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Bradley Air National Guard (ANG) Base, East Granby, CT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-17-R-0013/listing.html)
 
Place of Performance
Address: Bradley Air National Guard (ANG) Base, East Granby, CT 06026, East Granby, Connecticut, 06026, United States
Zip Code: 06026
 
Record
SN04486298-W 20170428/170426235311-28f46a20267124aad04a87725806ce14 (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  © 1994-2020, Loren Data Corp.