Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SOLICITATION NOTICE

Z -- Renovate Building 410

Notice Date
3/7/2024 8:45:23 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7MT USPFO ACTIVITY ALANG 117 BIRMINGHAM AL 35217-3595 USA
 
ZIP Code
35217-3595
 
Solicitation Number
W50S6M-24-B-0001
 
Response Due
3/12/2024 10:00:00 AM
 
Archive Date
03/27/2024
 
Point of Contact
William K. Hall, Phone: 2057142248, Wade Edwards, Phone: 2057142275, Fax: 2057142472
 
E-Mail Address
william.hall.13@us.af.mil, wade.edwards@us.af.mil
(william.hall.13@us.af.mil, wade.edwards@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A SOLICTATION FOR BIDS NAICS Code: 236220 - Commercial and Institutional Building Construction The USPFO for Alabama intends to issue and Invitation for Bids to award a single firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the renovation of an existing 2,161 square foot building. The proposed project includes, but not limited, to the following: The demolition of existing interior walls, ceilings, flooring elements, and building systems. The relocation of existing split system air handlers from another bldg., relocation of existing gas fired emergency generator and automatic transfer switch. All new electrical systems including new lighting, receptacles, service panels, and power distribution panels. Underground utility work will include all building necessary power, sanitary, gas, water, and telecommunications infrastructure. The work is required at the117th Air Refueling Wing, Sumter Smith National Guard Base, 5401 East Lake Blvd, Birmingham Alabama, 35217. The contract duration is 270 calendar days after Notice to Proceed.� This project is set aside 100% for Small Business.� The North American Industry Classification (NAICS) Code is 236220 which equates to a size standard of $45,000,000.00. Project magnitude is between $500,000 and $1,000,000. The tentative date for issuing the solicitation is on-or-about March 12, 2024. The tentative date for the pre-bid conference is on-or-about March 21, 2024, 10:00 am local time, the location to be provided in the solicitation. Interested contractors are highly encouraged to attend the pre-bid conference 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 by March 19, 2024, at 12:00 PM local time via email to; william.hall.13@us.af.mil , and wade.edwards@us.af.mil The bid opening date is tentatively planned for on-or-about April 16, 2024. 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: 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. 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. This project includes three sole source/brand name items which provide for specific for compatibility with existing installation systems (justifications will be included with the solicitation):�� Advantor Systems � Security IDS Monaco - Fire alarm Stanley Best Access Systems � Locks In addition to the base work described above, the solicitation will include the following option line item: Communications Cabling
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c2e385d5c536477692a15851d88f541a/view)
 
Place of Performance
Address: Birmingham, AL 35217, USA
Zip Code: 35217
Country: USA
 
Record
SN06989366-F 20240309/240307230044 (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.