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 -- Runway Rubber Removal - Solicitation

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 167 MSG/MSC, WV ANG, 222 SABRE JET BLVD., RM 107, MARTINSBURG, West Virginia, 25401-7704, United States
 
ZIP Code
25401-7704
 
Solicitation Number
W912L8-17-R-0011
 
Point of Contact
Ryan E. Belfield, Phone: 3046165231
 
E-Mail Address
ryan.e.belfield.mil@mail.mil
(ryan.e.belfield.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SFS Background Check Form - Runway Rubber Removal Runway Layout W912L8-17-R-0011 This project is set-aside for Total Small Business. The North American Industry Classification System (NAICS) code for this project is 237310. The small business size standard is no greater than $36.5 million in average annual receipts over the past three years. Only offers from firms that are certified to meet both the small business status and the size standard will be considered. You may contact your local U.S. Small Business Administration (SBA) office (federal, not state office) for more information on the Small Business programs. Your local SBA office's contact information may be found by accessing the SBA website ( www.sba.gov ). The construction project magnitude is between $25,000 and $100,000. Persons intending to submit a proposal are strongly encouraged to attend the Pre-Proposal Conference and Site Visit on 9 August 2017 at 9:00 AM Eastern Standard Time. The project consists of contractor furnishing all labor, materials, tools, and equipment necessary to complete Project PJVY163035 Runway Rubber Removal. This project is to remove rubber build up on an active runway totaling approx. 10,000 ft in length in Martinsburg, WV per the Statement of Work (SOW) The Government will award a contract resulting from this solicitation to the responsible proposal whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Within the continuum, the Government will employ a "Lowest Price Technically Acceptable FAR 15.101-2" analysis of cost or price and non-cost factors in evaluating the proposals submitted. Evaluation of technical factors shall be on an acceptable/unacceptable basis. All factors are required to achieve an acceptable rating to be considered technically acceptable. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as acceptable or unacceptable. Proposals must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the System for Award Management (SAM) System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 16 August, 2017 at 1:00 PM EST. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management ( https://www.sam.gov ). Proposals will be due to the 167 AW/MSC 222 Sabre Jet Blvd., Martinsburg, WV 25405, by 30 August, 2017 at 1:00 PM Eastern Standard Time. Emailed proposals will be accepted at ryan.e.belfield.mil@mail.mil Point of Contacts are Ryan Belfield and Kris Rata, email ryan.e.belfield.mil@mail.mil and kris.d.rata.mil@mail.mil The purpose of this notice is to meet the FAR 5.201 requirements. It is the contractor's responsibility to monitor the Federal Business Opportunities website for amendments. In order to access the installation for the purpose of attending the preconstruction conference/site visit, each attendee will have the complete the attached Security Background Check Form and send it to Ms. Natalie Clower, in addition to a front and back copy of a Driver's License at natalie.d.clower.nfg@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA46-2/W912L8-17-R-0011/listing.html)
 
Place of Performance
Address: 222 Sabre Jet Blvd, Martinsburg, West Virginia, 25405-7704, United States
Zip Code: 25405-7704
 
Record
SN04588743-W 20170722/170720235520-52c83b8cf6e784f892e464d90509522a (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.