Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOLICITATION NOTICE

Y -- Restore CEMIRT Parking Area

Notice Date
5/18/2021 1:54:08 PM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA4819 325TH CONTRACING SQ PKP TYNDALL AFB FL 32403-5521 USA
 
ZIP Code
32403-5521
 
Solicitation Number
FA481921R0023
 
Response Due
6/2/2021 2:00:00 PM
 
Archive Date
06/17/2021
 
Point of Contact
Julie Bragg, Phone: 8502838679, Bernard D. Husted, Phone: 8502838676
 
E-Mail Address
julie.bragg.1@us.af.mil, bernard.husted.2@us.af.mil
(julie.bragg.1@us.af.mil, bernard.husted.2@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
TITLE: FA481921R0023, Restore CEMIRT Parking Area, Tyndall AFB, FL This is the official solicitation synopsis for the Restore CEMIRT Parking Area contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price contract. The Contractor shall be responsible for all professional services, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the Statement of Work (SOW). The performed tasks shall be based on the project description, other data furnished in this SOW, and information covered during a pre-construction/criteria review meeting to be held prior to Contractor mobilization. This SOW sets forth the requirements for a Sustainment, Restoration & Modernization (SR&M) Acquisition contract for a site specific construction effort for repair of select pavements located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: Unified Facilities Criteria (UFC) 3?250?01, Pavement Design for Roads and Parking Areas; UFC 3?250?03, Standard Practice Manual for Flexible Pavements; UFC 3?600?01, Fire Protection for Facilities; United States Army Corps of Engineers; Uniform Building Code (UBC); those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area; Air Force Standards; Department of Defense (DOD) Directives; Florida State Statutes; Florida Department of Transportation (FDOT); the Tyndall AFB Facility Excellence Plan (Base Regulations); 325th Fighter Wing Bird Aircraft Strike Hazard (BASH) Plan 910; National Electric Code (NEC); Occupational Safety and Health Administration (OSHA) Requirements; Department of Environmental Protection (DEP) Regulations; Environmental Protection Agency (EPA) Regulations; and any related Americans with Disabilities Act (ADA) Compliance Requirements. If there is a conflict between these codes, regulations and specifications the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. The contractor shall also perform the required services in accordance with the SOW, applicable Construction Wage Rate, and all other contract terms and conditions. All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 238990, will apply to this acquisition. The size standard for this NAICS code is $16.5M. This requirement is being solicited as a 100% Service-Disabled Veteran-Owned Small Business set aside. In accordance with FAR 36.204(f), the magnitude for this project is between $1,000,000 and $5,000,000. The period of performance is for 365 calendar days total after notice to proceed. All work shall be in strict compliance with the specifications of the contract. The successful offeror will be selected using Lowest Price Technically Acceptable (LPTA) source selection procedure. It is anticipated that the solicitation will be issued electronically on or about 2 June 2021 on the beta.SAM.gov web page under the solicitation number FA481921R0023. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe). The government intends to hold a site visit. The exact date and time will be identified in the solicitation. Anyone interested in attending the site visit must email Julie Bragg at julie.bragg.1@us.af.mil and 325CONS.PKC.CONSTRUCTION@us.af.mil in order to be placed on the Entry Authorization List no later than 0900 hours ten days prior to the site visit. Potential offerors are limited to two people per contractor. The entire RFP will be made available only on the website beta.SAM.gov. Potential offerors are responsible for monitoring this site for the release of this document and subsequent amendments. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). If necessary, register via the SAM website www.sam.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to click the �Follow� icon at the top of the posting notice to receive updates concerning the solicitation. No Interested Vendor list will be made available to contractors. Any questions regarding this notice should be directed to Julie Bragg at�julie.bragg.1@us.af.mil and the 325th Contracting Construction Flight at 325CONS.PKC.CONSTRUCTION@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ecbccbe7a60d4075ac004a60854fc216/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN06005504-F 20210520/210518230115 (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.