Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

Y -- Construct Corrosion Control Hangar

Notice Date
12/18/2019 3:16:35 PM
 
Notice Type
Solicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W7NW USPFO ACTIVITY ORANG 173 KLAMATH FALLS OR 97603-2108 USA
 
ZIP Code
97603-2108
 
Solicitation Number
W50S8Z20B0001
 
Response Due
1/26/2020 10:00:00 AM
 
Archive Date
03/30/2020
 
Point of Contact
Joel Sire, Phone: 541-885-6496, Jerry E. Fuls, Phone: 5418856495
 
E-Mail Address
joel.a.sire.mil@mail.mil, jerry.e.fuls.mil@mail.mil
(joel.a.sire.mil@mail.mil, jerry.e.fuls.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Oregon Air National Guard at Kingsley Field intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Construction of a Corrosion Control Hangar at Kingsley Field, Klamath Falls, OR (Klamath County). The scope of this project includes construction of a pre-engineered metal hangar with conventional construction for adjacent support shop, administrative, and non-destructive inspection testing spaces in accordance with applicable Unified Facilities Code Criteria. Total square footage is approximately 16,000 S.F. Scope also includes the construction of a concrete aircraft tow-lane. This is a resolicitation of W912JV19B7000 IAW FAR 14.404-1 as a result of unforseen changes in the specirfications. This IFB was synopsized under notice number W912JV20B7000. The solicitation will include five line items, four of which will be listed as options. Line items will be listed as follows: Base Bis line item 1: Construct Corrosion Control Hangar Option #1: Chain Link Security Fence Option #2: Construct Temporary Haul Road Option #3: Demolish and Restore Temorary Haul Road Option #4: Lead lining at Hangar Three items in this requirement will be restricted specific brand names in accordance with 10 United States Code 2304(c) (1), as implemented in Federal Acquisition Regulation 6.302-1 Only one responsible source. The three items are as follows: 1-Intrusion Detection System by Advantor Systems Corporation 2-Direct Digital HVAC Control System by Automatic Logic 3-Fire Alarm Panel/Transmitter by Monaco Enterprises The contract duration is 365 calendar days after NTP. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 236210, with a size standard of $36,500,000.00. The magnitude is between $5,000,000 and $10,000,000. 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.�. The tentative date for issuing the solicitation is on-or-about 3 December 2019. The tentative date for the pre-bid conference is on 12 December 2019, 10:00AM local time, location will be in solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 19 December 2019 via email to joel.a.sire.mil@mail.mil. The bid opening date is scheduled for 6 January 2020 at 12:00 P.M. Pacific Time. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at www.fbo.gov. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/offerors cannot log into the FedBizOpps home page and search for data. 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 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. Place of performance is Klamath Falls, OR.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/255caf884bef45b1975198775cb7b6ee/view)
 
Place of Performance
Address: Klamath Falls, OR 97603, USA
Zip Code: 97603
Country: USA
 
Record
SN05520285-F 20191220/191218230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.