Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2023 SAM #7961
SOLICITATION NOTICE

Y -- 23-R-1002 - DOMOPS Storage

Notice Date
9/12/2023 5:55:58 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NG USPFO ACTIVITY MN ARNG LITTLE FALLS MN 56345-4173 USA
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM23R1002
 
Response Due
9/15/2023 9:00:00 AM
 
Archive Date
09/30/2023
 
Point of Contact
Drue Glaze, Phone: 3206162752, Jonathan D Larsen, Phone: 3206162694
 
E-Mail Address
drue.l.glaze.mil@army.mil, jonathan.d.larsen2.mil@army.mil
(drue.l.glaze.mil@army.mil, jonathan.d.larsen2.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Document Type: Solicitation Notice Solicitation Number: W912LM-23-R-1002 Classification Code Y � Construction of Structures and facilities Set Aside: Small Business NAICS Code: 236220- Commercial and Institutional Building Construction The USPFO for Minnesota iis issuing a Request for Proposal (RFP) 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 to perform and complete the DOMOPS Storage, constructing a heated storage building with insulated metal wall panels and standing seam metal roof. Access will be provided by 14 overhead doors to store various domestic operations equipment. Heat will be provided by gas-fired unit heaters and ventilation air by an energy recovery unit. All associated plumbing, electrical and fire protection systems are included to support the building. Comply with drawings and specifications. There will be Options for Bathroom, Additional Site Work, Additional Overhead Doors, Translucent panels, Trench Drain, and Access Control System. The Magnitude of this project is between $1,000,000.00 and $5,000,000.00. Construction/contract completion time is 180 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $45 million. This action is being procured on and Small Business Set-aside basis. The pre-proposal conference is on 16 Aug 2023, 10:00am local time at the Base Civil Engineer�s Conference Room, 4630 Mustang Drive, Duluth, MN 55811. 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-proposal conference. All questions for the pre-proposal conference must be submitted three days prior to the solicitation closing via email (preferred) to drue.l.glaze.mil@army.mil. The solicitation closing date is on 06 Sep 2023 at 10:00am.. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Best Value Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in the System for Award Management (SAM).� To register go to www.sam.gov.� You will need your DUNS number register.� Instructions for registering are on the web page (there is no fee for registration).� Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA.� See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. The solicitation and associated information and the plans and specifications will be available only from the SAM.gov website on-line at www.SAM.gov. SAM is a web- based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with SAM before accessing the system. Bidders/Offerors cannot log into the SAM home page and search for data. This solicitation is not an invitation for bids and there will not be a formal public bid opening. 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. (addition to the original presolicitation notice) (3) 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEVIATION 2021-O0008) (FEB 2023) is incorporated by reference DISCLAIMER: The official plans and specifications will be located on posted to SAM for electronic downloading, the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to SAM for electronic downloading. This will normally 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. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance will be at the Duluth National Guard Base, MN.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/daa2c62cfe6f43deb8436c102eeb9a3b/view)
 
Place of Performance
Address: Duluth, MN 55811, USA
Zip Code: 55811
Country: USA
 
Record
SN06827928-F 20230914/230912230104 (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.