SOLICITATION NOTICE
Y -- 142 FW B235 ADAL Construction
- Notice Date
- 9/6/2023 3:22:42 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7NW USPFO ACTIVITY ORANG 142 PORTLAND OR 97218-2797 USA
- ZIP Code
- 97218-2797
- Solicitation Number
- W50S8Y-23-B-0001_Ver2
- Response Due
- 9/21/2023 8:00:00 PM
- Archive Date
- 10/06/2023
- Point of Contact
- andrew dowling, Phone: 503-335-4486
- E-Mail Address
-
andrew.dowling.1@us.af.mil
(andrew.dowling.1@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Oregon Air National Guard intends to issue an Invitation for Bids 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 the Construction and Alteration of Building 235 to include, but not limited to: 6,500 square foot (SF) addition to include exterior wall assembly for new door, electrical system upgrades, relocate fencing, curbing, seismic upgrades, vegetation, and utilities. at Portland Air National Guard Base, Portland, OR. The contract duration will be 455 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for 8(a) Certified Small Businesses. The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $45,000,000. The magnitude of construction is between $5,000,000 and $10,000,000. The tentative date for issuing the solicitation is on-or-about 12 October 2023. The tentative date for the pre-bid conference is on-or-about 24 October 2023, 10:30 AM local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted at least two (2) days prior via email to andrew.dowling.1@us.af.mil. The bid opening date is tentatively planned for on-or-about 13 November 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. BRAND NAME ITEMS: Logic HVAC control system and Monaco fire system are sole source/brand name specific for compatibility with existing installation systems. Justifications will be included with solicitation. ADDITIVE BID ITEM: In addition to the base work described above, the solicitation will include the following additive bid item (ABI): 1. Demolition Building 240, which contains 2,800 SF, enabling Building 235 to have the appropriate standoff distance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e13a4d42c3374942b22fe8a7fac84e38/view)
- Place of Performance
- Address: Portland, OR 97218, USA
- Zip Code: 97218
- Country: USA
- Zip Code: 97218
- Record
- SN06820183-F 20230908/230906230105 (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 |