Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

Y -- 201st Taxiway and Ramp Repair

Notice Date
6/3/2020 12:22:18 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W7M1 USPFO ACTIVITY DCANG 113 JB ANDREWS MD 20762-5011 USA
 
ZIP Code
20762-5011
 
Solicitation Number
W50S6W20B5004
 
Response Due
6/17/2020 12:00:00 PM
 
Archive Date
07/02/2020
 
Point of Contact
Stacey Little, Phone: 240-857-0076, Theresa Glasglow, Phone: 240-857-0076
 
E-Mail Address
stacey.m.little3.mil@mail.mil, theresa.m.glasgow.civ@mail.mil
(stacey.m.little3.mil@mail.mil, theresa.m.glasgow.civ@mail.mil)
 
Description
� Synopsis: SINGLE SB SET-ASIDE � Project Title:� 201st Repair Aircraft Ramp, Joint Base Andrews, MD Document Type: Pre-solicitation Notice Classification Code: Y � Construction of Structures and Facilities Set-Aside:� 100% Total Small Business NAICS Code: 237310 - Highway, Street and Bridge Construction The USPFO for District of Columbia, located at Joint Base Andrews, MD, intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for Construction Repairs to the Ramp of the 201st Airlift Squadron. Construction project will consist of the following major items: �Removal of approximately 43,000 linear feet of existing concrete aircraft ramp slab joints; Provide and install of new backer rod and silicone fuel resistant joint sealer to a 1� minimum depth or manufacturers recommended depth depending on width of joint to areas where new slabs are provided; Silicone fuel resistant joint sealer shall be applied using a �hot� application for a majority of the ramp; Repairs of approximately 750 LF of existing cracks in concrete by crack chaser and fill with new fuel resistant joint sealer per UFC�s and manufacturers recommendations, see section 4 for UFC references.� In accordance with UFC 3-270-03, provide partial depth spall repair, 750 SQFT existing concrete slabs to minimum depth of 3� or manufactures recommended repair method.� NOTE:� Upon award, the contractor will be required to obtain unescorted access through the DD 254 process,�and�complete a Temporary Airfield Construction Waiver (TACW). Magnitude of the project is between $500,000 and $1,000,000. Construction/contract completion time is 210�calendar days after notice to proceed to include inspection and punch list. Your attention is directed to FAR CLAUSE 52.219-14 (c) (3) LIMITATIONS ON SUBCONTRACTING which states, �By submission of an offer and execution of a contract, the Contractor agrees that in the case of a contract for General Construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees� which applies to this project. The tentative date for issuing the solicitation is on or about 1 July 2020. The tentative date for the pre- proposal conference is on-or- about 10 July 2020, 9:00 a.m. local time at the 113th Wing Building 3252, at Joint Base Andrews, MD. 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. The solicitation closing date is scheduled for on-or-about 1 August 2020. �Actual dates and times will be identified in the solicitation.� The bid opening will be conducted in accordance with FAR Subpart 14.4 and DFARS Subpart 214.4, Opening of Bids and Contract Award. 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, which takes no more than 1-2 business days.� 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. �Allow 12-15 business days after you submit before your registration is active in SAM. The solicitation and associated information and the plans and specifications will be available only from the betaSAM Contract Opportunities website on-line at www.beta.sam.gov. betaSAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with betaSAM before accessing the system. betaSAM registration requires the following information: Bidders who have registered with betaSAM must request access to controlled but unclassified information in attachments. �The �Access� column on the attachment page will display �Controlled.�� Initiate your request for access by clicking the attachment.� You will be added to the Authorized Parties List by submitting a DD FM 2345, DLA Logistics Information Service's Joint Certification Program or you can request for access. If you are a U.S Entity, do not submit a DD Form 2345 unless you have a Valid Data Universal Numbering System (DUNS) number, currently registered in the System for Award Management System (SAM), and have an Active Commercial and Government Entity/North Atlantic Treaty Organization (CAGE/NCAGE) Code.� You may submit your completed, signed and dated DD Form 2345 request along with your company's supporting documentation to�JCP-Admin@dla.mil.� Please allow at least five business days for processing prior to following up for status.� This solicitation is an invitation for bids and there will be a formal public bid opening. 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. Amendments, if/when issued will be posted to the betaSAM page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidder�s 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 a bidder�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. Place of performance is at Joint Base Andrews, Maryland.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a8456d9403942bfb7876a2bdf777536/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05678768-F 20200605/200603230149 (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.