Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2019 FBO #6433
MODIFICATION

Y -- Repair of Above Ground Storage Oil Tanks

Notice Date
7/3/2019
 
Notice Type
Modification
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
BUILDING 10 PHIPPS RD PICATINNY ARSENAL NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-19-Q-1248
 
Response Due
7/22/2019
 
Point of Contact
Stephen Burks, Contract Specialist, Phone 6095623278, - Sharon Wilson-Emmons, Contracting Officer , Phone 6095626405
 
E-Mail Address
stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil
 
Small Business Set-Aside
Total Small Business
 
Description
****Site Visit Scheduled for Wednesday 7/10/2019 at 9AM with AFOS Louis Corbo. He can be reached at email: louis.a.corbo.ctr@mail.mil; phn. 917-405-7165.**** 1. The United States Army Contracting Command - New Jersey (ACC-NJ) has a requirement in support of the 99th Department of Public Works (DPW) for Repair of Above Ground Storage Oil Tanks at the Ernie Pyle USARC/ AMSA#12, 200 Duane Road Totten, NY, 11359. The contractor shall furnish all plant, labor, equipment, materials, transportation, supervision and technical expertise to perform requirements in accordance with the specifications and allotted period of performance described in this Specification Of Work (SOW). All repairs outlined in the SOW shall be performed. The North American Industry Classification System (NAICS) code that apply to the principal nature of the acquisition: 237120 Oil and Gas Pipeline and Related Structures Construction with a size standard of $36,500,000.00 Period of Performance: All work shall be completed within 90 calendar days from the notice to proceed. Place of Performance: Ernie Pyle USARC/ AMSA#12, 200 Duane Road Totten, NY, 11359. The estimated magnitude is between $25,000 and $100,000 2. A Site Visit is highly suggested for this requirement, the site visit shall be coordinated/completed as soon as possible. All requests shall be made to the RFOS Ryan Linn, at email address: ryan.g.linn.civ@mail.mil and Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil. 3. Questions shall be emailed to the Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil or the Contracting Officer, Sharon Wilson-Emmons at email address: sharon.wilson-emmons.civ@mail.mil. Questions must specify the section or paragraph of the Request for Proposal (RFP) for which the clarification is desired. 4. Contractor offers shall be submitted via the Federal Business Opportunity (FBO) website at https://www.fbo.gov/ using the document upload option. Instructions are available, if needed, in the FBO Vendor Guide on the FBO website. Offers shall include: a. Pricing for all Contract Line Item Numbers (CLINs). A total price shall also be included. b. Detailed, itemized price breakdown to include price of materials(quantity and type), labor (hours and DB laborcategories), profit, mobilization, bonds and overhead for each contract line item. ****Fill the Contractor Cost Breakdown Form**** c. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of 237120. d. Complete blocks 14, 15, 17, 19 and 20 of the SF1442. In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Proposal. 5. EVALUATION CRITERIA Award will be made only after agreement has been reached on all terms and conditions, and on fair market value for the supplies and services to be acquired. Although the Government intends to award without discussions, if the price is not determined to be fair and reasonable, negotiations will commence. Award will be made only after agreement has been reached on all terms and conditions, and a fair market price for the construction requirement to be acquired. Your Technical Proposal must contain a Capabilities Statement which states how you will meet the requirements of the Specifications of Work along with any references. The Government will also use other systems to review or verify past performance. Your price proposal must provide a breakdown of labor costs, by labor code and hours, a list of all material costs, any travel or other direct costs, and any other costs like overhead, G&A and profit. The capabilities statement shall be no more than 10 pages with no smaller than 12 inch font and 1 inch margins on all sides. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/6d8f169639e706ffd115b230c2fc4ff3)
 
Place of Performance
Address: Ernie Pyle USARC/AMSA#12 200 Duane Road Totten, NY
Zip Code: 11359
Country: US
 
Record
SN05360495-F 20190705/190703230044 (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.