Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2021 SAM #7208
SOLICITATION NOTICE

Z -- Project Number FA-16111-20 Enlarge/Modify Bldg. W-1967 Arrival/Departure Airfield Control Group (A/DACG)

Notice Date
8/24/2021 8:06:16 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN21B4000
 
Response Due
7/26/2021 12:00:00 AM
 
Archive Date
08/31/2021
 
Point of Contact
Gerard F. Leo, Phone: 9126525770, Gregory M. Graham, Phone: 9126525476
 
E-Mail Address
gerard.f.leo@usace.army.mil, gregory.m.graham@usace.army.mil
(gerard.f.leo@usace.army.mil, gregory.m.graham@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATE:� Due to change in acquisition strategy, procurement vehicle will be changing from an Invitation for Bid (IFB) to a Pre-Selected MATOC Pool of Contractors.� Description:� The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue an Invitation for Bid (IFB) W912HN21B4000 for Project Number FA-16111-20 Enlarge/Modify Bldg. W-1967 Arrival/Departure Airfield Control Group (A/DACG) at Fort Bragg, North Carolina. Project scope:� The work consists of furnishing all labor, equipment, transportation, and materials necessary to perform all work in strict accordance with these specifications, schedules, Drawings, and other contract documents.� To improve outbound operations at the Arrival/Departure Airfield Control Group (A/DACG) (Bldg. W-1967) the scope of work of this contract includes, but is not limited to, the following specific items of work: Renovate and enlarge Operations Center on 2nd Floor Renovate latrines on the 2nd Floor. Renovate and enlarge latrines on the 1st Floor. Construct 1st Floor Overhead Cover and 2nd Floor Addition for Load Planning. Renovate space in the 1st Floor for Operations Support Battalion (OSBN) Move. Construct pre-engineered steel overhead canopy for each scale including lightning protection system.� Total of 2 scales on each side of the facility. Provide and install rear axle scale infrastructure for each scale including associated electrical and communications display devices.� Total of 2 scales. The subsequent Contract will result in a C-Type Standalone contract with a base bid award. The Period of Performance is 120 calendar days from issuance of Notice to Proceed. Type of Contract & NAICS:� This IFB will be for one (1) Firm-Fixed-Price (FFP) contract.� The North American Industry Classification System (NAICS) code is 236220�Commercial and Institutional Building Construction, with size standard of $39,500,000. Type of Set-Aside:� This acquisition will be a 100% small business set-aside procurement. Construction Magnitude:� In accordance with FARS 36.204, the magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000. Anticipated Solicitation Release Date:� The Government anticipates releasing the solicitation on or about 26 July 2021 and approximate closing date is on or about 25 August 2021. �Actual dates and times will be identified in the solicitation. �Additional details can be found in the solicitation when it is posted. Solicitation Website: �The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at System of Award Management System (SAM) website, https://sam.gov.� Paper copies of the solicitation will not be issued. �Telephone and Fax requests for this solicitation will not be honored. �Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. �To download the solicitation for this project, contractors are required to register at the SAM website at https://sam.gov.� Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. �This will 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. Registrations:� Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. �If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. �If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. Point of Contacts: �For this solicitation, the point-of-contacts are the Contracting Officer Mr. Greg Graham, whose email address is gregory.m.graham@usace.army.mil and Contract Specialist Mr. Gerard Leo whose email address is gerard.f.leo@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afeec8f1cdfb427a822045e9cadafb00/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN06108555-F 20210826/210824230126 (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.