Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOLICITATION NOTICE

N -- Repair Fire Suppression System Buildings 135 and 138

Notice Date
5/7/2020 11:13:49 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-20-B-0001
 
Archive Date
07/18/2020
 
Point of Contact
William K. Hall, Phone: 2057142248, Jeffrey A. Farmer, Phone: 2057142347
 
E-Mail Address
william.k.hall14.mil@mail.mil, jeffrey.farmer.2@us.af.mil
(william.k.hall14.mil@mail.mil, jeffrey.farmer.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Document Type: Pre-solicitation Notice Classification Code Y-Construction of Structures and facilities Set Aside: Small Business NAICS Code: 236220-Commercial and Institutional Building Construction The USPFO for Alabama intends to issue the Invitation For Bid (IFB) method 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 Fire Suppression Bldgs. 135 & 138 in Birmingham, AL (Jefferson County).� These are aircraft maintenance hangars. The project site is Sumpter Smith Joint National Guard Base, Birmingham, AL.� All security requirements for working on a military installation will be followed. This project will replace the existing Aqueous Film Forming Foam (AFFF) fire suppression system with a High Expansion Foam (HEF) system, resolve life safety and code deficiencies, upgrade the water supply system, and replace all necessary valves, pumps and control systems to ensure a fully HEF functional fire suppression system.� The project will also accomplish the disposal of AFFF products and equipment in accordance with applicable codes and laws. One hangar will remain operational at all times. This solicitation contains sole source/ brand name language ( see sole source J&A) The contract duration is 635 days after NTP.� This project is set aside 100% for Small Business.� The North American Industry Classification (NAICS) Code is 238990, with a size standard of $16,500,000.00.� The magnitude of this project is between $5,000,000.00 and $10,000,000.00.� 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 contact the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees�. The tentative date for issuing the solicitation is on-or-about 26 May 2020� The tentative date for the pre-bid conference is on-or-about�June 2, 2020, 10:00 am local time at the Building 700 classroom.� Interested contractors are highly encouraged to attend and�must follow�base access requirements. Due to the Covid-19 virus all attendees will have their temperature taken, must wear a mask, and will follow all socail distancing guidlines. � A site visit will follow the pre-bid conference.� All questions for the pre-bid conference must be submitted by June 18, 2020 via email to usaf.al.117-arw.mbx.contracting@mail.mil.� The bid opening date is scheduled for on-or about�June 26, 2020 at 2:00 P.M. central time.� Actual dates and times will be identified in the solicitation.�This sol� Interested offerors must be registered in the System for Award Management (SAM).� To register go to https://www.sam.gov/SAM/.� You will need your DUNS number to register.� Instructions for registering are on the web page (there is no fee for registration).� Please not that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA.� See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. The solicitation and associated information and the plans and specifications will be available only from the Government Point of Entry (GPE).� The new GPE is Contracting Opportunities located at the website https://beta.sam.gov/help/contract-opportunities.� Contracting Opportunities is a web-based dissemination tool designed to safeguard acquisition related information for all Federal agencies.� Interested bidders/offerors must register with Login.gov for some features of the site to be activated.� Please note Government website experiences downtime for maintenance and other unexpected outages.� PLAN ACCORDINGLY. the Vendor quick start guide can be found at https://iae-fbo-attachments.s3.amazonaws.com/fbo-training/QSG_Opportunities_Part_4_of_4_Contractors.pdf?X-Amz-Algorithm=AWS4-HMAC-SHA256&X-Amz-Date=20200223T174134Z&X-Amz-SignedHeaders=host&X-Amz-Expires=14400&X-Amz-Credential=AKIAY3LPYEEX5FRGIQ4E%2F20200223%2Fus-east-1%2Fs3%2Faws4_request&X-Amz-Signature=073c87ce1f10073cb8e336a75b7d23d6cf20fa8862ca68e1d878b6a5c99b947c.� 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 https://beta.sam.gov/search?index=opp 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 Birmingham, AL.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b36afffed5514692a66e71e8ae8cc198/view)
 
Place of Performance
Address: Birmingham, AL 35217, USA
Zip Code: 35217
Country: USA
 
Record
SN05649960-F 20200509/200507230204 (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.