Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2022 SAM #7449
SOLICITATION NOTICE

Y -- W912HN20R4000 - Airfield Maintenance (MATOC Contract), North Carolina, South Carolina and Georgia

Notice Date
4/21/2022 11:09:24 AM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN20R4000
 
Response Due
5/2/2022 9:00:00 AM
 
Archive Date
05/02/2022
 
Point of Contact
Rohan Bryan, Phone: 9126525619, Tonja J. Dreke, Phone: 9126526071
 
E-Mail Address
rohan.a.bryan@usace.army.mil, tonja.j.dreke@usace.army.mil
(rohan.a.bryan@usace.army.mil, tonja.j.dreke@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0004 CONTRACT CHANGES: The purpose of this amendment is to extend the Proposal due date from 22 April 2022 to 2 May 2022. On the Proposal Data Sheet, DUNS # has been adjusted to UEI #. 12.1.������ SUBMISSION REQUIREMENTS: 12.1.1.��� Technical Approach Narrative. Provide a technical approach narrative, both qualitative and quantitative, defining the elements of the proposal Include technical approach on all of the sub-items, and manufacturers data sheets for proposed materials into a single combined narrative for the SEED/SAMPLE task order. It is the responsibility of the Offeror to ensure that all aspects identified are addressed. Whether individual narratives or a single combined narrative is provided, the maximum total length for narratives shall not exceed five (5) type-written single-sided pages. ( For the SAMPLE TASK ORDER, Offerors are only required to provide manufacturers data sheet for the required paint (temporary and permanent), mooring points, asphalt surface treatment, and crack sealant. These Manufacturer data sheets are NOT TO BE INCLUDED in the 5 page limit). TECHNICAL SPECIFICATION CHANGES: There are no technical specification with this amendment. CONTRACT DRAWINGS: There are no drawing changes with this amendment. AMENDMENT 0003 The Purpose of this amendment is to include Factor 3 for Phase II that was erronous left out of amendment 2. All other terms and conditions sremain unchanged. AMENDMENT 0002 The purpose for this Amendment is as follows: 1. Phase II is issued w ith this Amendment. Only Offerors that submitted a successful offer during Phase I of the evaluation process shall respond/acknow ledge this Amendment. Phase II w ill evaulate those successful Offerors based on their understanding of the specified SAMPLE project (FA-50001-SP - Rubber Removal & Restriping MAAF/SAAF; FA-50002-SP - Joint/Seal, Crack, Spall Repair MAAF/SAAF) Scope of Work. 2. The CLIN Schedule now includes HOOH, a Bid Schedule and SAMPLE project have been added. HOOH for the tw o yr Base and the three options are required to be priced. 3. The due date and time have been extended to 22 April 2022 at 12: 00 EST. 4. Refer to Phase II Notes to Offers for submission requirements AMENDMENT 0001 The purpose of this amendment is to extend proposal due date from 28 July 2020 to 31 July 2020 at 2PM EST. All other terms and conditions remain unchanged. Two-Phase Design-Build Multiple Aw ard Task Order Contract (MATOC) for Airfield Maintenance and Construction type task orders. Task orders issued under this MATOC are anticipated to require performance of work predominantly performed in North Carolina, however performance may be required at other military locations within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama & Mississippi). This is a competitive acquisition for the award of up to five Indefinite Delivery Contract Type Multiple Award Task Order (MATOC) being offered as a Total Small-Business Set Aside. For this procurement, only Small Businesses are eligible to submit offers to this solicitation. The life of the basic contract is for a base period of two (2) years and three (3) one year options. The contractors which successfully receive an award will have a total contract capacity of $45M.� The Government will use a best value Two-Phase Design-Build selection procedure in accordance with Federal Acquisition Regulation (FAR) Part 36.301.�� The order limitation of task orders shall range betw een $250K and $5M. Task orders issued under this MATOC will be firm-fixed price. All other resultant task orders may include options.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b0195c0a953445294b317157696e014/view)
 
Place of Performance
Address: SC, USA
Country: USA
 
Record
SN06304246-F 20220423/220421230113 (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.