Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOLICITATION NOTICE

Y -- Amendment 0001 - COMPLETION OUTDOOR FITNESS FACILITY

Notice Date
1/17/2024 12:20:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
 
ZIP Code
33039-1299
 
Solicitation Number
FA664824R0002
 
Response Due
2/9/2024 10:00:00 AM
 
Archive Date
02/24/2024
 
Point of Contact
Sandy Guite, Daniela Marton, Phone: 7864156815
 
E-Mail Address
sandy.guite@us.af.mil, daniela.marton@us.af.mil
(sandy.guite@us.af.mil, daniela.marton@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 The purpose of this amendment is to: 1) Update Attachment 6 - Wage Determination to the most recent version, FL20240215 dated 1/12/2024 2) Add attachment #8 - B359 As-Builts-Floor Plan drawings 3) Add attachment #9 - Site Visit Q&A. A site visit took place on Wednesday January 10, 2024 @ 0930 Hours. The questions and answers identified during the site visit are provided within attachment 9. 4) Modify the solicitation due date from Friday January 26, 2024, to Friday February 9, 2024, at 1:00pm (EST). A two-week extension. This solicitation amendment answers all RFI's received prior to the Jan 11, 2024 COB cut-off date, no additional amendment on Tuesday Jan 16, 2024 is needed. All other terms and conditions remain unchanged. AMENDMENT TO SOLICITATION: EXTENSION FOR Requests for Information (RFI's) This amendment to the solicitation provides for an extension of time to submit Requests for Information.� The HARD DEADLINE for Requests for Information (RFIs) has been extended to 5:00PM EST Thursday January 11, 2024.� RFI�s received after 5:00PM EST 11 January 2024 will not be answered. RFI�s must be sent to BOTH the Contract Specialist, Daniela Marton, at daniela.marton@us.af.mil and the Contracting Officer, Sandy Guit�, at sandy.guite@us.af.mil prior to 5:00pm EST Thursday January 11, 2024 via electronic mail. The Government will summarize initial questions and answers (Q&A) provided before and during the site visit and post the Q&A summary to sam.gov by COB Friday January 12, 2024. An additional amendment to the solicitation will be posted to sam.gov with ALL remaining RFI questions and answers by COB Tuesday January 16, 2024. The amendment posted on Tuesday 16 January will also address the proposal period extension. **************************************************************************************** (i) This is a combined synopsis/solicitation for noncommercial construction services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a competitive fair opportunity selection conducted in accordance with (IA W) Federal Acquisition Regulation (FAR) Part 15 � Contracting by Negotiation and Part 36 � Construction and Architect-Engineer Contracts (ii) Solicitation Number: FA6648-24-R-0002 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete proposal package. Offerors are required to submit with their proposals enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation.� Offerors shall submit proposals via email. Electronic proposals may be submitted via email to Daniela Marton at daniela.marton@us.af.mil and Sandy Guit� at sandy.guite@us.af.mil or through DoD SAFE (Secure Access File Exchange) at https://safe.apps.mil.DoDSAFE requires a drop to be set up in advance. Please ensure any request for DoDSAFE is submitted at least 2 business days prior to bid close. Homestead ARB's email system has a maximum file size limitation of 20MB for receipt of emails from outside sources. If your offer package document/s are larger than 20MB TOTAL, you will need to submit using the DoDSAFE procedures. This solicitation is issued as a Request for Proposals (RFP). All responsible sources may submit a firm-fixed price (FFP) proposal package, which will be considered by the agency. Proposal packages must be submitted using ALL required forms identified in this solicitation and associated attachments. � (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-06, DPN 20231030 and DAFAC 2023-0707. (iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 236220 with a size standard of $45 million. (v) CLIN Nomenclature CLIN 0001 � Performance & Payment bonds� � � � � � � � � � � � � � � � � � � � � Qty 1/Set CLIN 0002 � Completion Project � Outdoor Fitness Facility� � � � � � � � � � Qty 1/Job OPTION CLIN 0003 � Fitness Flooring � Outdoor Application� � � � � � � � �Qty 1/Job OPTION CLIN 0004 � Steel Picket Fence/doors� � � � � � � � � � � � � � � � � � � Qty 1/Job (vi) Description of items to be acquired: The Air Force Reserve Command (AFRC), Homestead Air Reserve Base (HARB), FL has a requirement for completion of Outdoor Fitness Facility project resulting from a termination for default. Homestead Air Reserve Base (ARB) requires contractors capable of providing all material, labor, transportation, tools, equipment, personnel, management, supervision and quality control necessary for construction services for the construct of a new slab on grade and steel frame canopy to accommodate the new Fitness Outdoor Facility to provide adequate outdoor facilities for personnel to maintain their physical conditioning. The facility will have a total of 2,000 sf. and the proposed layout is 50 ft by 40 ft. Sustainable principles, to include Life Cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Executive Order 13423, 10 USC 2802 (c), and all other applicable laws and Executive Orders. Work shall be performed in accordance with the terms and conditions of the contract and resulting task orders. Work will be based on contract specifications, HARB Regulations, statement of work, specifications and/or drawings that further define work. Additional information is included in the attachments to this solicitation. (vii) Period Of Performance: 330 Calendar Days after issuance of Notice to Proceed (NTP)*Negotiable, based on information provided in Volume II � Technical Approach, specifically with regards to material lead times. (viii) Bid Guarantees are required for this requirement: Bid Guarantee shall be 20% of the bid price and must be submitted with your proposal package. -Performance and Payment Bonds will be required to be submitted within 10 days of award and prior to issuance of notice to proceed. Bonds shall be provided in accordance with Federal Acquisition Regulation (FAR) Clauses 52.228-1 Bid Guarantee, 52.228-2, Additional Bond Security; 52.228-14, Irrevocable Letter of Credit; and 52.228-15, Performance and Payment Bonds--Construction. *The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, at https://www.fiscal.treasury.gov/surety-bonds/list-certified-companies.html Bonds submitted by sureties not found on the approved list will be deem unacceptable and proposal considered unresponsive to the solicitation. � (ix) The applicable wage rates for this project can be found attached to this solicitation attachments 6. The work will take place in Homestead, Miami-Dade County, FL. � (x) Liquidated damages have been determined to be needed for this project. The clause at FAR 52.211-12 will be included in this contract solicitation and award. The applicable liquidated damages rate of $291.55 will apply for each calendar day of delay until the work is completed or accepted. (xi) In accordance with FAR 36.204(g) the estimated price range of the SEED Project is between $500,000. and $1,000,000. (xii)A site visit for this project is deemed necessary and is scheduled for 10 January 2024. Attendance of the site visit is STRONGLY encouraged. Site visit instructions will be sent via email to confirmed attendees. � Interested offerors MUST RSVP not later than COB 3 January 2024. Interested offerors will receive a time slot and a map with directions to the site visit location. All interested offerors who wish to attend the site visit are required to register by emailing a completed base pass request (Attachment 6) to Daniela Marton at daniela.marton@us.af.mil and Sandy Guite at sandy.guite@us.af.mil no later than COB January 3, 2024. Should you desire to submit the form securely please email a request for DoDSafe link to Daniela Marton at daniela.marton@us.af. mil and Sandy Guite at sandy.guite@us.af.mil and a link for submission will be sent. DOD Safe submission of completed base pass request must be received by COB 3 January 2024, to ensure timely submission and processing of base access for the Site Visit. Late registration will not be allowed. There shall be no more than two (2) registered parties per contractor. On the date of the site visit please plan to arrive 30 mins early to obtain visitors pass. Additional site visit details will be emailed to confirmed participants via email. **EVEN IF YOU CAN ACCESS THE BASE (i.e. retired military ID) YOU MUST CONFIRM ATTENDANCE WITH THE CONTRACTING OFFICE** � �Please prepare and submit as many questions as possible in advance of attendance to the site visit, as this will aid the Government in developing responses. � The Government will summarize the questions and answers (Q&A) provided before and during the site visit, and post the Q&A summary to sam.gov by COB Friday January 12, 2024. � Requests for Information (RFIs) will be accepted at any time during the proposal preparation period; however, a HARD DEADLINE for receipt of RFI�s have been schedule for 5:00PM EST 8 January 2024 will not be answered. RFIs submitted before 8 January 2024 or during the 10 January 2024 site visit will receive a response from the Government no later than COB 12 January 2024. RFI Q&As will be summarized and provided to potential offerors via solicitation modification to the RFP request on Sam.gov. (xiii) �Instructions to Offerors and Evaluation Criteria The Government will award a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Complete details for instruction to offerors can be found in Section L of the attached Solicitation � FA664824R0002 PDF. Complete details for Evaluation Criteria can be found in Section M of the attached Solicitation � FA664824R0002 PDF. (xiv) CLAUSES INCORPORATED BY REFERENCE It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. For your convenience all applicable provisions and clauses are included in the attached Solicitation � FA664824R0002 PDF. �(xv) Defense Priorities and Allocation System (DPAS): N/A (xvi) Proposal Submission Information: Offers are due by 26 January 2024 at 1:00 PM Eastern Standard Time (EST).� Offers must be sent to BOTH the Contract Specialist, Daniela Marton, at daniela.marton@us.af.mil and the Contracting Officer, Sandy Guite, at sandy.guite@us.af.mil prior to the closing date via electronic mail.� No late submissions will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f653008c592f45288e0cde44bf3928a5/view)
 
Place of Performance
Address: Homestead, FL 33039, USA
Zip Code: 33039
Country: USA
 
Record
SN06937150-F 20240119/240117230042 (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.