Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

Z -- Pre-solicitation Notice - TARC HVAC Upgrades

Notice Date
6/25/2020 4:43:04 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L-20-B-4002
 
Response Due
8/20/2020 8:00:00 AM
 
Archive Date
09/04/2020
 
Point of Contact
Kirk Swiantek, Phone: 5862394773, Karla Garcia, Contracting Officer, NGB AQ-C, Phone: 571-230-4658
 
E-Mail Address
kirk.m.swiantek.civ@mail.mil, karla.m.garcia4.civ@mail.mil
(kirk.m.swiantek.civ@mail.mil, karla.m.garcia4.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Draft Pre-Solicitation Notice: Solicitation: W9133L-20-B-4002 Project Title: TARC HVAC Upgrades Document Type: Pre-solicitation Notice Classification Code Y�Construction of Structures and facilities Set Aside: 100% Total Small Business NAICS Code: 236220 - Commercial and Institutional Building Construction The National Guard Bureau, Construction Branch intends to issue an Invitation for Bid to award a single firm fixed-price construction contract for the TARC HVAC Upgrade Project located at the Herbert R. Temple Jr., Army National Guard Readiness Center (TARC), in Arlington, VA. The project consists of installing a system that helps with air and surface microbial and virus reduction in these times of the COVID-19 pandemic to provide the staff with a healthy work space. The purpose of the air and surface microbial, virus and insect elimination project is to accomplish a significant reduction or elimination of air and surface microbes and viruses as well as the elimination of insects and minimization of odors from TARC #1 and #2 using Dry Hydrogen Peroxide technology (DHP) that will be inserted into the Heating Ventilation and Air Conditioning (HVAC) system. The project will involve installation of Dry Hydrogen Peroxide (DHP) units in the HVAC system, electrical work for providing power to the units, and some drywall work as required. Brand Names: This project requires brand name specific products. �A Justification and Approval will be posted upon issuance and attached to the solicitation. �The brand name product included in this acquisition is: �Synexis Biodefense Dry Hydrogen Peroxide System. The contract performance period is 270 days after Notice to Proceed (NTP). This project is set aside 100% for Small Business. The magnitude of construction is between $5,000,000 and $10,000,000. The North American Industry Classification (NAICS) is 236220 with a size limitation of $39.5M. 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 anticipated in late July. A pre-proposal conference is anticipated to be held approximately 10 days after issuance of the solicitation and will be held at the TARC.� Interested contractors are encouraged to attend and shall follow conference registration and TARC access requirements as provided in the solicitation. A site visit will immediately follow the pre-proposal conference. The solicitation closing date will be scheduled for on-or-about 30 days after the date of solicitation issuance.� 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 are required to be registered in System for Award Management (SAM) at the time an offer is submitted.� To register go to www.sam.gov.� You will need your DUNS number, Taxpayer Identification Number (TIN), and banking information to register.� Instructions for registering are on the SAM web page (there is no fee for registration).� The solicitation and associated information and the plans and specifications will be available as controlled documents 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. 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 email your completed, signed and dated DD Form 2345 request along with your company's supporting documentation to JCP-Admin@dla.mil.� (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY!) This solicitation is an invitation for bids and there will be a formal public bid opening. 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 https://beta.sam.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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fba06d80700b4887a0ba5bf2d59ef63e/view)
 
Place of Performance
Address: Arlington, VA 22204, USA
Zip Code: 22204
Country: USA
 
Record
SN05702855-F 20200627/200625230149 (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.