Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2020 SAM #6848
SOLICITATION NOTICE

Y -- 115 Fighter Wing Main Gate Barrier Upgrade

Notice Date
8/27/2020 10:07:53 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-20-R-0008
 
Response Due
8/31/2020 10:00:00 AM
 
Archive Date
09/15/2020
 
Point of Contact
Major Dave Mattila, Phone: 6082454788
 
E-Mail Address
115.FW.FW-Contracting.Org@us.af.mil
(115.FW.FW-Contracting.Org@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NAICS Code: 236220 � Commercial and Institutional Building Construction Description(s): The 115th Fighter Wing, Air National Guard Base, in Madison, WI is issuing a Request for Proposal (RFP) to award a single firm fixed-price construction contract to provide all labor, transportation, materials, tools equipment, appliances and supervision necessary for upgrade of the main gate barriers at Truax Field in Madison, WI (Dane County). This project will have a base bid with five options. The base price will involve upgrade of the main gate barriers, which will include, but is not limited to; 1) Minor demolition, which includes removal of concrete curbs & gutter, asphalt roads & drives, aggregate & earthen materials, sidewalks, lawns, electrical service and other utilities services. 2) Furnish and install new concrete foundations, concrete curbs & gutter, asphalt paving, asphalt marking, electrical power and controls. 3) Furnish and install two complete and operational electrically powered drop beam barriers at the installation main entry gate. In addition to the base price for the work described above, the solicitation is anticipated to include five options for this project, which includes; 1) Furnish and install one powered vertical barrier in the inspection lane of the front gate; 2) Installation of one non-powered vertical barrier at Gate G4; 3) Installation of one non-powered horizontal barrier at Gate G11; 4) Installation of one non-powered horizontal barrier at Gate G6; 5) Installation of one non-powered horizontal barrier at Gate G9, in complete and operational condition upon completion of project. Magnitude of the project is between $500,000 and $1,000,000. Construction/contract completion time is 180 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set-aside. The small business size standard is $36.5 million average annual revenue for the previous three years. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-O0003), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror /Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded�. The solicitation close date is 31 August 2020. The date for the pre-proposal conference is on 18 August 2020, 10:00 a.m. local time, at the 115th Fighter Wing Civil Engineering Squadron, Building 1210. 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 preproposal conference. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection Procedures. Award will be made to offeror whose proposal is determined to be Lowest Price Technically Acceptable (LPTA). The Government intends to award without discussions. **See Attached W50S9F-20-R-0008 Solicitation Document** Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at beta.SAM.gov. All inquiries must be in writing, via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to Major Dave Mattila at: 115.FW.FW-Contracting.Org@us.af.mil 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 Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�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 an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. ***Solicitation Amendments*** Amendment #1 dated 21 Aug 20 Amendment Description: Uploaded Site Visit Attendance Sheet Amendment #2�dated 25�Aug 20 Amendment Description: Uploaded� two RFI douments as follows: W50S9F-20-R-0008 RFI 1� W50S9F-20-R-0008 RFI 2 Amendment #3�dated 25�Aug 20 Amendment Description: Uploaded Addendum-1 to specs and drawings. Amendment #4�dated 26�Aug 20 Amendment Description: Uploaded one RFI document as follows: W50S9F-20-R-0008 RFI 3 Amendment #5�dated 27�Aug 20 Amendment Description: Uploaded one RFI document as follows: W50S9F-20-R-0008 RFI 4
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3336a891ffc343ad8d2bf091262b084d/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05776008-F 20200829/200827230207 (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.