Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOLICITATION NOTICE

Y -- STX Wrought Iron Fence Project - Engineering Documents - Solicitation Documents

Notice Date
8/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virgin Islands, RR #2, Box 9200, Kinghill, St. Croix, 00850-9731
 
ZIP Code
00850-9731
 
Solicitation Number
W9127P18B0002
 
Archive Date
10/2/2018
 
Point of Contact
Donna R. Prock, Phone: 3407127856
 
E-Mail Address
donna.r.prock.mil@mail.mil
(donna.r.prock.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation document The USPFO for Virgin Islands issues an Invitation for Bid 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 repair of the asphalt paving system at the Bethlehem compound. The objective of this project is to restore and repave the roadways and parking areas around the South Eastern portion of the VING Complex to serviceable conditions as defined by the project statement of work. The magnitude of this project is between $500,000.00 and $1,000,000.00. Installation/contract completion time is 90 days after notice to proceed to include inspection and punch list accomplishment. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $36.5 Million. This procurement is 100% set aside for small business concerns. Per FAR 28.102-1, this project will require payment & performance bonds. Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. The preproposal conference and site visit is scheduled on 23 August 2018, 11:00 AM EST at National Guard US Property & Fiscal Office conference room at Estate Bethlehem, St. Croix, VI 00850. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. Registration for base access must be submitted no later than 11:30 AM Local Time, 20 August 2018. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 20 Aug 2018 via email donna.r.prock.mil@mail.mil. All questions for the proposal must be submitted by 10:00 AM, 20 August 2018 via email to donna.r.prockledger.mil@mail.mil and Geraldine.p.vaval.mil@mail.mil. The solicitation closing date is scheduled for 17 September at 10:00 AM EST. The Government intends to award without discussions. Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web site. The solicitation and associated information, to include the plans and specifications will only be available from the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) System for Award Management (SAM) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. The Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will 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. No paper copies or CD's of the solicitation, specifications, plans or bidders mailing list will be issued from this office. 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. Any questions regarding this announcement must be submitted in writing or via email to the point of contact(s) listed in this synopsis. All answers will be provided in writing via posting to the web. The government will not pay for any information submitted in response to this synopsis or subsequent solicitation. The government reserves the right to cancel this opportunity at any time. Proposals must be hand delivered; all other formats will be rejected. A bid repository is provided for hand carried proposals and is located at: USPFO-VI, Purchasing and Contracting Division Office, Estate Bethlehem Military Compound, Kingshill, St. Croix, VI. Hand carried proposals must be deposited in the repository prior to the time established for receipt of proposals. 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 www.fbo.gov 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 is St. Croix, Virgin Islands.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA72/W9127P18B0002/listing.html)
 
Place of Performance
Address: Estate Bethlehem, Kingshill, U.S. Virgin Islands, 00850, United States
Zip Code: 00850
 
Record
SN05041798-W 20180818/180816231732-9dda9613b7aea9bf2ec40dfe301777fd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.