Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
MODIFICATION

Y -- Tower Install Hamaker Mountain - Amendment 3

Notice Date
7/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-17-B-7002
 
Archive Date
8/16/2017
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 5 Solicitation number W912JV-17-B-7002 is being issued as an INVITATION FOR BID (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. All applicable provisions and clauses are included in the actual solicitation. The North American Industry Classification System (NAICS) code is 236210, and the small business size standard is $36,500,000.00. This solicitation is 100% small business set-aside. DESCRIPTION OF REQUIREMENT: The Government intends to issue a firm fixed price construction contract with a Period of Performance (POP) of 180 calendar days. The scope of this project consists of installation of a new concrete foundation, new self-supporting 60' tower with platform, ice-bridge, cables, antennas, entry port, grounding protection and cabling. Total finish height cannot exceed 6,648' above sea level. All work shall be performed in accordance with the terms and conditions set forth in the contract specifications and drawing sheets. DELIVERY OR PLACE OF PERFORMANCE INFORMATION: Kingsley Field, Klamath Falls, OR 97603 REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) SPECIAL INSTRUCTIONS: Please reference solicitation number W912JV-17-B-0002 on all correspondence. Project magnitude is between $25,000.00 and $100,000.00. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. All contractors shall be System for Award Management (SAM.GOV) registered at https://www.sam.gov. Contractors must be registered in the SAM.GOV database before a contract can be awarded to your company. NO PARTIAL BIDS WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. Please acknowledge all requirements of the solicitation in the bids. Direct all questions to (Primary) SSgt Joel Sire at joel.a.sire.mil@mail.mil. PLEASE NOTE: ACCESS TO THE BASE IS RESTRICTED. If you need base access to hand-deliver your bid, you will need to contact, by email, the 173d Contracting Flight at least twenty-four (24) hours prior to the bid opening. Contact information will be provided in the solicitation. The 173d Contracting Flight will arrange an escort to provide transportation for the offeror to hand-deliver the bid. ***A site visit will be conducted 28 June. Please provide the contact information for all individuals planning to attend to the contracting office.*** CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by mail or email to the address below. Joel.a.sire.mil@mail.mil 173d MSG/CONF 211 Arnold Ave, Suite 35 Klamath Falls, OR 97603 The Bid opening is scheduled for 1 August 2017 at 2:00PM Local time at the following address: 211 Arnold Ave Room 219 Kingsley Field, Klamath Falls, OR 97603 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-07-18 19:08:30">Jul 18, 2017 7:08 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-07-21 17:18:59">Jul 21, 2017 5:18 pm Track Changes Question: I have reviewed the bid specs, and Part C of the tower section of the spec gives the antenna mount requirements. However, I was unable to locate the actual antenna loading for design of the tower. Part C Section1 states there will be "10 GFE antennas". Would we be able to get the antenna model/size (i.e. panel or whip antennas) and antenna elevation (i.e. at 60' top of tower). Answer: Antenna is a DPV-37 made by Antenna Products. I attached a spec sheet of the antenna. Antennas will go at the top of the tower. Question: I noted an 8' wide top platform is requested. The tower top width will be 6'. Is an internal 6' wide triangular work platform acceptable? Or we could provide a 10' wide triangular top rotatable platform. Answer: Top platform needs to be at a minimum 8' wide, and square. Question: Also, is Structure Class III for emergency/essential communications required, or is the default Structure Class II for standard communications acceptable? Answer: Structure Class III for emergency/essential communications is required. Tower must meet all Wind Speed and Wind Speed with Ice ratings appropriate for the location. Question: Do you have a geo-tech report for the site location we can have access to please? Even if the group-tech report was done on a previous tower or building. Answer: We do not have a geo-tech report for this site. QUESTIONS: Are concrete specifications available for this project? ANSWER: It will be the responsibility of the contractor to provide architect/engineer services to create drawings/specifications that comply with ALL applicable building codes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-17-B-7002/listing.html)
 
Place of Performance
Address: Kingsley Field, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04589551-W 20170723/170721234423-15f90a2336f1028d72c1bc9b1c5c016c (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.