Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2020 SAM #6872
SOLICITATION NOTICE

Z -- Repair TACAN Electrical Feed

Notice Date
9/20/2020 7:08:53 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
 
ZIP Code
14304-5000
 
Solicitation Number
FA6670-20-B-0002
 
Response Due
9/17/2020 11:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
Mary Elizabeth Pyle Platts
 
E-Mail Address
mary.pyleplatts@niagarafalls.af.mil
(mary.pyleplatts@niagarafalls.af.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
Niagara Falls Air Reserve Station has a requirement for a Construction project, Repair TACAN Electrical Feed. Contractor to furnish all plant, labor, parts, materials, equipment, transportation and supervision required to complete the following construction project, RVKQ 19-0734 Repair TACAN Electrical Feed, to include the following:� replace the existing underground primary feeder electrical line on the west end of the airfield connecting the TACAN, ILS and fire training areas to the existing base electrical system.� Work will include the replacement of the existing pad mounted transformers, switching equipment and other related equipment and parts to be compatible with the new circuit.� Notice to Offerors: Funds are not presently available for this project. No award will be made until funds are available to make payment under a contract. The Government reserves the right to cancel this solicitation, either before or after Bid closing, with no obligation to the Offeror by the Government.� Work will be performed at�the 914th Air Refueling Wing, Niagara Falls ARS,�Niagara County, NY.� Performance�time is 180 calendar days.� A single Firm Fixed-Price construction contract will be awarded.� This solicitation is set-aside 100% Historically Underutilized Business Zone, (HUBZone), concerns IAW FAR Subpart 19.15.� The estimated magnitude of construction is between�$500,000 and $1,000,000.�� The NAICS code is 236220 and the Small Business Size Standard is $39,500,000.�� Electronic bid submissions will not be accepted or returned Bid, Payment and Performance Bonds will be required. Liquidated damages will be identified in the solicitation and placed under the proposed contract. All applicable provisions and clauses will be included in the actual solicitation. Site�visit information is provided in the solicitation, see FAR Clause 52.236-27; prime contractors, subcontractors and/or suppliers may attend the site visit.� �There will NOT be�additional Site Visits.�� All questions regarding this solicitation and any questions generated from the site visit must be submitted in writing to Mary Pyle Platts at mary.pyleplatts@us.af.mil , NLT 31 August 2020 at 3:00 pm.� Answers will be posted out under the solicitation on FBO.gov approximately 4 days later. The Contracting Officer will provide clarification through amendment to the solicitation following receipt of any questions. Submission of questions prior to the site visit is strongly encouraged. Due to the current COVID-19 situation, all participants are required to wear Personnel Protection Equipment (PPE) while attending the site visit. All individuals on DOD property, installations and facilities are required to wear a cloth face covering when he/she cannot maintain social distancing of at least six feet in public areas or work centers per DOD guidance on the use of cloth face coverings.� It is the sole responsibility of each attendee to wear any PPE in accordance with the latest Federal, State and Local Departments of Health, and DoD Public Health Emergency Management policies appropriate for the site visit. The Government will not provide any PPE for persons attending the site visit.� If proper PPE is not used, the individual will not be allowed to participate in the site visit. The complete solicitation will only be available electronically at https://beta.sam.gov.� No paper / hard copies will be provided.� It is the contractor's responsibility for downloading the RFP documents and for monitoring the website for possible amendments, any changes or updates.� Interested vendors may register their contact information at the Federal Business Opportunities website under this notice. The list will be available online and is to facilitate subcontracting opportunities. Contractors must be actively registered in the System for Award Management (SAM) database at https://www.sam.gov and have their Online Representations and Certifications completed.� Failure to register in the database will render the contractor ineligible for�award.� Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://wawf.eb.mil This notice does not obligate the government to award a contract nor does it obligate the government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit the requested information and/or a proposal.� Responses to this notice and/or the Request for Proposals will not be returned. Any questions relating to this solicitation must be submitted in writing to the contracting office.� No verbal communications are authorized.� For questions, please contact�Mary Pyle Platts at mary.pyleplatts@us.af.mil�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b90433e11f0844c9b435481bb35df419/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN05804260-F 20200922/200920230212 (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  © 1994-2020, Loren Data Corp.