Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
MODIFICATION

Z -- Contruct Flight Line Fence

Notice Date
5/5/2017
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, CRTC-ALPENA, MI ANG, 5884 A STREET, ALPENA, Michigan, 49707-8125, United States
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB-17-B-9000
 
Archive Date
5/2/2017
 
Point of Contact
Aaron Bradby, Phone: 9893546214, Timothy D. Frasier, Phone: 9893546283
 
E-Mail Address
aaron.m.bradby.mil@mail.mil, timothy.d.frasier.mil@mail.mil
(aaron.m.bradby.mil@mail.mil, timothy.d.frasier.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONSTRUCT FLIGHT LINE FENCE - Alpena Combat Readiness Training Center, Michigan, is requesting proposals from Small Business concerns for the award of a contract for the construction of a flight line fence. The Scope of work consists of the following: The proposed fence is to start across from Building 60 and run along the flightline to a gate on the east side of Building 607. The fence shall be a six foot high chain link fence. All gates shall be manually operated with pad locks. There shall be a two foot wide by six inch deep stone strip centered on the fence line to facilitate grass cutting. Foreign Object Debris check stations shall be provided at all gates that directly access the flightline. Parking Apron markings and remarking of the restricted areas and Entry Control Points on the main parking apron as well as the alert parking apron. Sliding Gate heading to Building 600 shall be controlled by a pressure sensor under the pavement on the restricted side and a controlled access card on the un-restricted side. Power shall come from an electrical panel in the campground area. Contractor shall perform all work at Alpena CRTC and in accordance with the statement of work and drawings. The projects magnitude is between $500,000 and $1,000,000. This requirement is a 100% set aside for Small Business concerns. Offers from other than Small Business concerns will not be considered. For Small Business information see http://www.sba.gov/. North American Industrial Classification Standard 238990 applies to this requirement; business size standard is $36.5 million. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. This project will be awarded as a firm-fixed price contract. This contract will require a Performance Bond pursuant to FAR 52.228-15 through a surety company holding a certificate of authority from the Secretary of Treasury. In accordance with FAR 28.101-2 and 52.228-1 offerors must provide a 20% of their proposal Performance Guarantee. Failure to furnish a bid guarantee in the proper form and amount by the time set for proposals due may be cause for rejection of proposal. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements." The successful contractor will be chosen via Invitation for Bid procedures that result in the low price responsive responsible offer to the Government. All information required for submission of an offer will be identified in the solicitation. Solicitation W912JB-17-B-9000 information will be advertised electronically on/about 20 April 2017 at https://www.fbo.gov/ with an anticipated award date NOT LATER THAN 1 JUNE 2017. All responsible sources may submit a proposal which shall be considered by the agency. Award will be made to the responsible bidder whose bid conforms to the invitation for bids and is most advantageous to the Government considering only price and price related factors. This synopsis of proposed contract action is for planning purposes only and does not commit the Government to pay for any information, issue a solicitation, or award a contract. The synopsis is not to be construed as a commitment by the Government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. Paper copies will not be available. You must register on that site in order to receive notification of changes to the solicitation. Closing is anticipated to be on/about 17 April 2017. All interested parties must be registered in System for Award management (SAM) as prescribed in DFARS 252.204-7004 Alternate A, prior to the award. For details see https://www.sam.gov/. This may take up to 3 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. No facsimile proposals will be considered. Contractors shall be fully qualified in all aspects of the requirements to be considered. The Government contemplates a basic contract period of 120 calendar days. 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 the web. If you have any questions concerning this procurement you are encouraged to Email your questions to TSgt Aaron Bradby, aaron.m.bradby.mil@mail.mil Note: For additional info please contact your local Procurement Technical Assistance Center (PTAC). Contractors may access the PTAC website at www.ptacsofmichigan.org 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 FedBizOpps.gov or fbo.gov 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 offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. The government may grant a request to view additional hard copy as-built drawings as necessary. A site visit will be scheduled for this request to ensure fairness to all offerors. Contracting Office Address: Alpena CRTC/LGC 5884 A Street Alpena, MI 49707-8214 Place of Performance: Alpena CRTC, Alpena MI 49707 The Point of Contact or this project is TSgt Aaron Bradby, Phone: (989) 354-6214, Email: aaron.m.bradby.mil@mail.mil or SMSgt Jonathan D. Bodus, Phone: (269) 969-3363, Email: jonathan.d.bodus.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-17-B-9000/listing.html)
 
Place of Performance
Address: Alpena Combat Readiness Training Center, Alpena, Michigan, 49707, United States
Zip Code: 49707
 
Record
SN04497566-W 20170507/170505234126-74f51b4682dddbdc1f2b00768de72584 (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.