Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2024 SAM #8264
SOLICITATION NOTICE

Y -- IFB to Add Alter Building 208

Notice Date
7/11/2024 1:30:53 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7MW USPFO ACTIVITY ARANG 189 LITTLE ROCK AFB AR 72099-4802 USA
 
ZIP Code
72099-4802
 
Solicitation Number
W50S6Q24B0001
 
Response Due
7/23/2024 7:00:00 AM
 
Archive Date
08/07/2024
 
Point of Contact
Mr. Sam Bond, Mrs. Devin Green
 
E-Mail Address
samuel.bond.1@us.af.mil, devin.green.5@us.af.mil
(samuel.bond.1@us.af.mil, devin.green.5@us.af.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
11 July 2024 - Uploaded RFI Questions and Answers dated 11 July 2024.� The Government anticipates amending the solicitation to extend the bid opening date; however, the bid opening date will not change unless issued through an official amendment. 25 June 2024 - Uploaded RFI Questions and Answers dated 25 June 2024 24 June 2024 - Uploaded site visit sign in roster 4 June 2024 - uploaded original specs and drawings to go along with the addendum versions. NAICS Code: 236220 - Commercial and Institutional Building Construction The USPFO for Arkansas intends 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 renovate 14,193 SF of building 208 and add on an additional 3,000 SF at the 188th Wing, Fort Smith, Arkansas. The contract duration is expected to be 365 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% Woman Owned Small Businesses (WOSB). 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 pre-bid conference will be conducted on 17 June 2024, 1:00 p.m. local time.� Please follow instructions within the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted in accordance with the instructions within the solicitation. The bid opening date is scheduled for 23 July 2024 at 9:00 a.m. 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). 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f87b58a2f4247b3a361cf7bbd87ba1b/view)
 
Place of Performance
Address: Fort Smith, AR 72903, USA
Zip Code: 72903
Country: USA
 
Record
SN07124688-F 20240713/240711230115 (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.