Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SPECIAL NOTICE

Z -- Grissom Air Reserve Base Runways Project Industry Day

Notice Date
10/27/2021 12:55:28 PM
 
Notice Type
Special Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
GARB_Runways_Industry_Day
 
Response Due
11/16/2021 5:00:00 AM
 
Archive Date
12/01/2021
 
Point of Contact
Morgan K. Strong, Phone: 5023156210
 
E-Mail Address
morgan.k.strong@usace.army.mil
(morgan.k.strong@usace.army.mil)
 
Description
MEETING LOGISTICS: An Industry Day for two or more upcoming projects at Grissom Air Reserve Base will be held on 16 November 2021 at 8:00 AM (Eastern).� The Industry Day will be held at the Hyatt Place Hotel located at 5500 W Bradbury Ave, Indianapolis, IN 46241with a window tour (e.g. bus tour) of the project site to follow.� Individuals on military installations (and attending military sponsored activities such as the Industry Day presentation) will wear masks in accordance with the most current CDC guidelines. Locations where masks must be worn include any common areas or shared workspaces and in outdoor spaces on military installations. All individuals on military installations will follow CDC guidance and practice physical distancing, specifically by staying at least 6 feet from other people who are not from an individual�s household in both indoor and outdoor spaces. Any contractor who wants to attend the window tour portion of the Industry Day shall be responsible for transportation to Grissom Air Reserve Base, IN following the Industry Day Presentation. Participants will meet at the Grissom Air Reserve Base Visitors Center at the intersection of Foreman Drive and North Hoosier Blvd. Approximate GPS: 40.66502�, -86.14774�. Allow about one hour prior to start time to gain base access; please arrive by 1:00 PM (Eastern). Visitors will be transported to the project site via bus. Any contractor who wants to attend the window tour portion of the Industry Day shall submit a copy of the attached Applicant Release Form to be able to gain access to the Grissom Air Reserve Base. This information must be provided to Morgan Strong (morgan.k.strong@usace.army.mil) no later than 05 November 2021.� The information will be classified as For Official Use Only (FOUO) and will be protected under the Freedom of Information Act of 1966 and Privacy Act of 1974, as amended. Please notify Morgan Strong (morgan.k.strong@usace.army.mil) no later than 05 November 2021 of your intention to attend the Industry Day Presentation as well as intent to attend the window tour portion. DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a solicitation for Repair (Replace) Airfield Lighting Circuits / Repair Taxiway G / Repair Overruns / Repair Runway and Shoulders / Repair Taxiway C. This project will be awarded as a Firm Fixed Price construction contract. � This project is a Design/Bid/Build effort and the Design portion is already under contract with one of the LRL A/E IDIQ contractors. �The project will utilize a single-phase procurement process and the basis of award will be the Best Value Trade-Off process. � The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.� The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical (e.g. Management Plan, Schedule, etc.), Small Business Participation Plan, and Price.� Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. In accordance with DFARS 236.204, the construction magnitude for this project is anticipated to be between $25,000,000 and $100,000,000. The North American Industrial Classification System Code (NAICS) for this project will be 237310. This will be an unrestricted (Full and Open) procurement. As such, the HUBZone price evaluation preference will be applicable. The contract duration is estimated at nine hundred forty nine (949) calendar days from Notice to Proceed. � DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be determined to be in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation in December 2021.� Details regarding the Optional Site Visit will be included in the solicitation.� Actual dates and times will be identified in the solicitation when it is posted to http://www.SAM.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at http://www.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 Federal Business Opportunities website at http://www.fbo.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 http://www.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-CONTACT: The point-of-contact for this procurement is Morgan Strong, at Morgan.K.Strong@usace.army.mil. ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07510fd4aa934e28b4331af310c44046/view)
 
Place of Performance
Address: Grissom ARB, IN, USA
Country: USA
 
Record
SN06165371-F 20211029/211027230106 (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.