Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

J -- Fire Suppression - Fire Suppression Pump Repair - Solicitation 1

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 168 MSG/MSC, AK ANG, 3127 WABASH AVENUE, SUITE 101, EIELSON AFB, Alaska, 99702-1794, United States
 
ZIP Code
99702-1794
 
Solicitation Number
W91ZRU-17-R-0220
 
Response Due
9/12/2017 12:00:00 PM
 
Archive Date
9/27/2017
 
Point of Contact
Jeffery Porter, Phone: 9073778742, Martin Khan, Phone: 9073778741
 
E-Mail Address
jeffery.g.porter2.mil@mail.mil, martin.khan.mil@mail.mil
(jeffery.g.porter2.mil@mail.mil, martin.khan.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification for 'Monaco' Solicitation Solicitation Posted: 11 Aug 2017 Site Visit is 21 Aug 2017 at 1:00pm. please reference the solicitation for more information. ----------------------------------------------- Synopsis: Pre-solicitation Subject: Fire Suppression Description: The 168 th Wing at Eielson AFB is seeking a Firm Fixed procurement for a purchase/repair/replace/install of a fire suppression system. Work shall consist of the following: Repair/replace the existing fire suppression pump, motor and controls system to bring the fire suppression system back into service as designed and to meet standards as indicated in UFC 3-600-01, Fire Protection Engineering for Facilities; UFC 3-600-01, paragraph 4-42.2.1; UFC 3-600-01, paragraph 4-42.1.2. System must be tested and certified to meet fire suppression requirements as indicated in the above UFC codes and industry standard. Repair/replace the existing steam water heater and associated connections. Isolation ball valves will be installed on steam and potable water lines for ease of future maintenance. The new system shall conform to health standards. Duration: The total contract duration is anticipated to be 60 calendar days after notice to proceed and may include a winter exclusion period if applicable. Location: Building 3130 Solicitation Number: W91ZRU-17-R-0220 This is 100% set aside for small business IAW DFARS 219.502-2(a)(i). The tentative date for issuing the solicitation is on or about 1 August 2017. Product or Service Code: J012 The North American Industry Classification System (NAICS) code is 238220 and the small business size standard is 15.0 M. The Disclosure of Magnitude for this project is between $ 250,000 and $500,000 IAW FAR 36.204(d). All firms or individuals responding must be registered with the System for Award Management (SAM). All responsive offerors will be considered by the agency. Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) 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" applies to this project. This clause does not apply to the unrestricted portion of a partial set-aside. 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 online at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Contractor's submitting a proposal must have a Cage Code and be registered in the System of Award Management (SAM) at https://www.sam.gov. Registration requires applicants to have a DUNS number from Dunn & Bradstreet. Contracting Office Address: 375 TANKER RD, Suite 307 EIELSON AFB, ALASKA 99702 Place of Performance: 168 AW 2650 Flightline Ave Eielson AFB, Alaska 99702 United States Jeffery Porter, Contract Specialist jeffery.g.porter2.mil@mail.mil Phone: 9073778742 DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.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 not issue paper copies. 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. The plans and specifications will be posted using Export Controlled features. Export Controlled requires that the vendor's company be certified by the DLA Logistics Information Service's Joint Certification Program (JCP) to receive unclassified technical data disclosing military critical technology with military or space application. Those vendors that are certified to receive export controlled materials are termed authorized vendors. This system receives a daily feed of authorized vendors, which determines access based on a vendor's CAGE code/MPIN. Contractors who do not already have a MPIN are advised that the normal processing is approximately 14-30 business days to obtain a MPIN password. This MPIN password will give access to the plans and specifications, which are located in the controlled access location on FBO. Offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Offerors cannot log into the FedBizOpps home page and search for data. Please reference the FBO Vendor Guide for additional information or Defense Logistics Agency at https://www.dlis.dla.mil/jcp/ to obtain instruction for and the DD Form 2345 necessary for obtaining the MPIN. All questions concerning this synopsis and subsequent solicitation must be directed to TSgt Jeffery Porter at the below listed e-mail address: jeffery.g.porter2.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-2/W91ZRU-17-R-0220/listing.html)
 
Place of Performance
Address: 2650 Flightline Ave, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04624275-W 20170813/170811231444-272a30422cc1d0107c7521300a5b96c7 (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.