Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
MODIFICATION

Z -- Repair Hangar for C-17 Maintenance Backshops, Building 416 at Pittsburgh ARS, PA

Notice Date
8/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR18B0004
 
Archive Date
9/28/2018
 
Point of Contact
Travis I. Dunn,
 
E-Mail Address
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
****SOLICITATION**** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue Invitation for Bid (IFB) W912QR18B0004 to renovate Hangar 416 to serve as C-17 aircraft maintenance backshops at the Pittsburgh Air Reserve Station located in Pittsburgh, PA. The proposed project is a Design-Bid-Build requirement. The project will consist of relocating Wheel and Tire, Electric/Environmental and Non-destructive Inspection (NDI) shops to building 416. Provide new workshops with required offices and storage rooms per regulations. Construct walls to subdivide portion of hangar bay for NDI and Wheel and Tire. Provide utilities, lighting, communications support, and fire detection/suppression systems to all renovated areas. Replace finishes in existing office, restroom, breakroom and shop areas to include flooring, ceiling tile, lighting and wall finish. Remove foam fire suppression system. Remove hangar doors and replace with insulated metal wall panels. Replace rubber roof with sloped standing seam metal roof. The project will comply with DoD antiterrorism/force protection requirements per Unified Facilities Criteria. Provide temporary facilities incident to construction for storage for equipment and relocation of functions from Hangar 416 for the duration of construction. CONTRACT DURATION: The contract duration is estimated at 450 calendar days. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This acquisition will be a 100% Total Small Business Set-Aside. SELECTION PROCESS: This is a SINGLE phase procurement. The proposals will be evaluated using a Sealed Bid source selection process. An award will be made based on low price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 36.204. SITE VISIT: A pre-proposal site visit will be held. Details will be issued with the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities (FBO) website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM) at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18B0004/listing.html)
 
Place of Performance
Address: Pittsburgh Air Reserve Station, Pittsburgh, Pennsylvania, United States
 
Record
SN05033414-W 20180815/180813230951-492d6b134e04e4fa046c6711aa7f8bf7 (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.