Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

Z -- Repair Base Roads & Parking Lots IDC

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-17-R-0019
 
Point of Contact
Anita Brown, Phone: 2406125673, Carolina I. Brost, Phone: 2406125632
 
E-Mail Address
anita.brown4.ctr@mail.mil, carolina.i.brost.civ@mail.mil
(anita.brown4.ctr@mail.mil, carolina.i.brost.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The 11 th Contracting Squadron located on Joint Base Andrews (JBA), MD intends to issue a Request for Proposal (RFP) for a Firm-Fixed Price (FFP) Construction Requirements contract for the Repair of Base Roads and Parking Lots located on Joint Base Andrews, Maryland and its Davidsonville and Brandywine Receiver Sites with a base year and four option years. Actual construction work will be accomplished and issued under individual Task Order(s) (TO) to be placed on an as-needed basis under the basic contract. Execution of work under this contract shall be in accordance with the basic contract, statement of work and individual TO specifications. In accordance with FAR Part 19, this solicitation will be set-aside for competitive certified 8(a) Small Business Administration (SBA) entities within the Mid-Atlantic Region. This region consists of the following states: Delaware, District of Columbia, Maryland, Pennsylvania, Virginia and West Virginia. Joint Venture Agreements are allowable on competitive 8(a) set-asides. The agreement must be received by SBA prior to proposal due date and approved before award of the resulting contract. Firms shall have a bona fide office within the Mid-Atlantic Region and be certified in the SBA 8(a) program at the time of proposal receipt and be identified on their cover letter when responding to the solicitation. The North American Industry Classification System (NAICS) code for this project is 237310. The Business Size Standard is $36,500,000 in average annual receipts. Basis of contract award will be Performance Price Tradeoff with Past Performance being significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 31 August 2017 on the Federal Business Opportunities web page at http://www.fbo.gov. with an anticipated closing date for proposals 30 calendar days later. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in System for Award Management (SAM) in order to be eligible for award. Information concerning SAM registered requirements may be viewed via the Internet at http://www.sam.gov or by calling the SAM Registration Center at 1-888-227-2423. P.O.C. for this solicitation is Ms. Anita Brown, Ctr at (240) 612-5673, or e-mail: anita.brown4.ctr@mail.mil ; or Ms. Carolina Brost (240) 612-5632, or e-mail: carolina.i.brost.civ@mail.mil. No response to this announcement is required. The government shall not pay for any information in response to this announcement. This announcement does not obligate the Government to pay for any bid or proposal preparation costs. Any questions to this notice must be submitted via email to the Contracting Officer or Contract Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-17-R-0019/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Maryland and Davidsonville & Brandywine Receiver Sites, United States
 
Record
SN04588608-W 20170722/170720235359-1179b7af28795ae20c5cee52e57ea756 (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.