Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2023 SAM #7841
SOLICITATION NOTICE

Z -- Repair Operations & Training Facility

Notice Date
5/15/2023 12:55:24 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 107 NIAGARA FALLS NY 14304-6601 USA
 
ZIP Code
14304-6601
 
Solicitation Number
W50S8H-23-B-0001
 
Response Due
5/30/2023 1:00:00 PM
 
Point of Contact
Philip J Rott, Phone: 7162362493, Jennifer DeWispelaere, Phone: 7162362520
 
E-Mail Address
philip.rott@us.af.mil, jennifer.dewispelaere@us.af.mil
(philip.rott@us.af.mil, jennifer.dewispelaere@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The 107th Attack Wing of the New York Air National Guard located in Niagara Falls, NY intends to issue an Invitation for Bid to award a single firm-fixed price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for to renovate the Operations & Training Facility, Building 901, Niagara Falls International Airport, NY.��This project encompasses the complete renovation of Building 901, a two-story facility totaling 43,029 SF which has not undergone a full and complete renovation since having been first constructed in 1963. �The initial phase of this project also incorporates limited facility repairs to Building 902 which will be used as temporary swing space through the duration of the construction to B901. The contract duration is 730 days after Notice to Proceed.� The project is a Competitive 8(a) set-aside for Small Businesses.� The North American Industry Classification System (NAICS) Code is 236220, with a size standard of $45,000,000.00.� The magnitude of construction is between $10,000,000 and $25,000,000. The tentative date for issuing the solicitation is on-or-about 31 May 2023.� The tentative date for the pre-bid conference and follow-on site visit is 8 June 2023, 10:00 AM Eastern Standard Time, location will be in the solicitation.� Interested contractors are encouraged to attend and shall follow conference registration and installation access requirements shown in the solicitation.� All questions for the pre-bid conference must be submitted by 5 June 2023 via email to the 107th Base Contracting Office at�107.MSG.MSC@us.af.mil The bid opening date is scheduled for on-or-about 30 June 2023.� Actual dates and times will be identified in the solicitation.� Interested offerors must be registered in the System for Award Management (SAM).� To register, go to www.sam.gov.� Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded�. In accordance with FAR 36.211(b), the following information is provided: (1)� The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. (2)� Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. Advantor front end intrusion detection and access control system specifications are brand name specific for compatibility with existing installation systems (noted justifications will be included with solicitation). In addition to a base work described above, the solicitation will include the following option line items: Option 1 � Operable Partitions Option 2 � Laminate Face Panels Option 3 � Glazed Aluminum Doors Option 4 � Move Back to Renovated Facility Option 5 � Concrete Sidewalk / Asphalt Pavement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d81fb44856c438ea1c653604212b10c/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN06682384-F 20230517/230515230114 (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.