Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

Y -- Geotech Study to determine onsite soil strength and bearing capacity for the design of a new concrete shelter's foundation.

Notice Date
4/19/2023 8:50:17 AM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-23-Q-00115
 
Response Due
5/10/2023 3:00:00 PM
 
Archive Date
05/25/2023
 
Point of Contact
Jason Fox, Phone: 405-954-4940, Janice K Hammonds, Phone: 405-954-7705
 
E-Mail Address
Jason.A.Fox@faa.gov, janice.hammonds@faa.gov
(Jason.A.Fox@faa.gov, janice.hammonds@faa.gov)
 
Description
The Federal Aviation Administration (FAA) has a requirement for a Geotech Study to determine onsite soil strength and bearing capacity at the localizer site located off of Saratoga Street North of Boston Logan International Airport in Boston, MA. The contractor is to also provide a sealed foundation design. Please see attachments for specifics. The Contractor shall provide all labor, materials, equipment, transportation, insurance, notifications, licenses, permits, fees, and supervision necessary to perform the work described in the attached Scope of Work and other attachments posted to this announcement. The Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law. It is anticipated that a purchase order will be awarded as a result of this solicitation (SIR). All questions regarding the project/scope of work/plans must be received in writing to Jason Fox @ Jason.A.Fox@faa.gov no later than 5:00 p.m. CST on May 3, 2023 to allow for responses to be provided prior to due date for receipt of proposals. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers May 10, 2023. Reference AMS Clause 3.3.1-33, paragraph (d), �if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.� In addition, offerors must complete and return the attached forms by closing date. The forms are provided as separate documents under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. E-mailed proposals must be received by Jason Fox, @ Jason.A.Fox@faa.gov, no later than 5:00 p.m. CST, May 10, 2023 and must contain �6973GH-23-Q-00115 as part of the e-mail subject line. Any responses received after 5:00 p.m. CST, May 10, 2023, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of submittal vendor's response may be determined ineligible. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/PO should be directed to Jason Fox, Contract Specialist, @ Jason.A.Fox@faa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f45ec1ca94e405584f58269cf6eaa61/view)
 
Place of Performance
Address: Boston, MA 02128, USA
Zip Code: 02128
Country: USA
 
Record
SN06655642-F 20230421/230419230114 (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.