Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SOLICITATION NOTICE

Y -- Install Backup Generators Circuit # 2-3

Notice Date
4/9/2020 1:17:27 PM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP330020B0002
 
Archive Date
12/31/2020
 
Point of Contact
Paul J. Holbert, Phone: 7177707492
 
E-Mail Address
paul.holbert@dla.mil
(paul.holbert@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to �Install Backup Generators Circuit # 2-3� at DDJC with all the required components over the identified work areas. This project is 100% Small Business Set Aside.� The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work.� It is expected that the contractor will visit the site of work and thoroughly familiarize him/herself with the conditions existing there.� Project Description: This project is required to �Install Backup Generators Circuit # 2-3�. Contractor is to provide all labor, supervision, materials, tools, and equipment to design and install two 2000 KW standby generators and all accessories to provide a complete automatic back up power system for circuit # 2and 3. Performance Period: Contractor shall commence work upon Notice to Proceed and shall complete the entire work ready for use within 540 calendar days (18 months) after receipt of Notice to Proceed. Working Hours: The work shall be performed during regular working hours which consist of an 8-1/2 hour period established by the Contracting Officer, Monday through Friday, from 7:00am to 3:30pm (including clean-up), excluding Government holidays. Any work requiring power shut down shall be done on Sundays as approved by Contracting Officer in advance. The NAICS Code for this procurement is 237130.� The small business size standard is $39,500,000. The magnitude of this construction effort is between $1,000,000 and $5,000,000. The tentative timeframe for issuance of the Invitation for Bid (IFB) solicitation SP3300-20-B-0002 for the above stated requirement is on or around May 1, 2020.� The exact date and time for the pre-proposal/site visit will be stated in the solicitation.� Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the BetaSam website at https://beta.sam.gov/.� Hard copies of the solicitation will not be distributed.� Any questions concerning this project should be directed to the Acquisition Specialist Paul Holbert at paul.holbert@dla.mil.� All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB.� There will be no advance notification of amendment issuance.�� Prospective offerors are advised to consult the website frequently to check for any amendments.� Amendments may be issued up until the quote closing date.� Failure to acknowledge amendments may render your quote ineligible for award. NOTE:� All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a quote which shall be considered by this agency.� The Government intends to award a contract as a result of this IFB.� Award will be made to the lowest responsive, responsible bidder.� An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/182b5d001af54b87921ae0e1584d794e/view)
 
Place of Performance
Address: Tracy, CA, USA
Country: USA
 
Record
SN05615923-F 20200411/200409230146 (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.