Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

Z -- FALL PROTECTION SYSTEM for BUILDINGS 9 & 130

Notice Date
5/14/2020 2:03:54 PM
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
 
ZIP Code
89501-4494
 
Solicitation Number
W50S8C-20-B-0002
 
Response Due
3/26/2020 1:00:00 PM
 
Archive Date
06/01/2020
 
Point of Contact
Alex T. Norris, Phone: 7757884663, Brian Stanton, Phone: 7758877825
 
E-Mail Address
alex.t.norris.mil@mail.mil, brian.l.stanton.civ@mail.mil
(alex.t.norris.mil@mail.mil, brian.l.stanton.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Nevada Air National Guard located in Reno, NV and the USPFO for Nevada intend to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to install personnel fall protection systems in Bldg 9 and in Bldg 130, which currently serve as C-130 hangars, along with incidental related work. �All fall protection systems will be overhead mounted, rigid rail systems. The fall protection systems will accomodate 4 to 6 persons working simultaneously over the wings, fuselage, and horizontal stabilizers. The system will be a usable and certified Rigid Rail Fall Restraint System(RRFRS). The fall restraint system design and installation shall be designed for the C-130 aircraft and integrated with mechanical, electrical, fire protection, and allother building systems installed in the two hangar facilities. The same system, products and components shall be provided for both hangar facilities. Place of performance is 152 CES, NVANG Base 1776 National Guard Way, Reno, Nevada 89502-4415. Disclosure of the magnitude of construction project (d) between $250,000 and $500,000. Construction/contract completion time is anticipated to take approximately 120 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 333923. The small business size standard is 1,250 number of employees for 333923. This action has not been determined to be procured under a small business set-aside or an unrestricted basis. If small businesses are interested in the opportunity, respond during this presoliciation notice to the contracting office with the desired interest, capability statement and past experience in Fall Protecton Systems. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for issuing the solicitation IFB is on-or about 01 May 2020. The tentative date for the pre-proposal conference is on-or-about 13 May 2020, 9:00 a.m. local time at the NV ANG CES. 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-proposal conference. All questions for the pre-proposal conference must be submitted by 6 May�2020 �via e-mail (preferred) to Alex Norris at alex.t.norris.mil@mail.mil. The solicitation closing date is scheduled for on-or-about 02�June 2020 at time 1:00 PM (PST). Anticipated contract award date on or about 14 July 2020. Actual dates and times will be identified in the solicitation. The contract is anticipated to be awarded after bids are publicly opened with reasonable promptness to that responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation.. The Government intends to award without discussions. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://beta.sam.gov/. The use of the website requires prior registration at https://beta.sam.gov/. Plans and specifications will not be made available at https://beta.sam.gov/ �at issuance of solicitation. It is the Offerors responsibility to monitor the https://beta.sam.gov/ web site for amendments to�the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. Please ensure that NAICS Code 333923 is listed in your information.� The plans and specifications will be available only from the Federal Business Opportunities website on-line at https://beta.sam.gov/ during the solicitation.� No telephone requests will be accepted. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. The Government is not responsible for any loss of Internet connectivity or for an offeror�s 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 Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://beta.sam.gov/. Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://beta.sam.gov/ website solicitation number W50S8C-20-B-0002.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1d0bcaa7d4ac4ccc82c64a66190c27e8/view)
 
Place of Performance
Address: Reno, NV 89502-4415, USA
Zip Code: 89502-4415
Country: USA
 
Record
SN05657718-F 20200516/200514230155 (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.