Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2020 SAM #6819
SOLICITATION NOTICE

Z -- Repair Airfield Lighting at Grissom ARB, IN

Notice Date
7/29/2020 11:33:17 AM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20B0024
 
Response Due
8/12/2020 11:00:00 AM
 
Archive Date
08/27/2020
 
Point of Contact
Karla B. Wright
 
E-Mail Address
karla.b.wright@usace.army.mil
(karla.b.wright@usace.army.mil)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) W912QR20B0024 to repair by replacing existing taxiway and runway airfield lighting circuits and conduit (Facilities 987 and 988) and replacing existing wind socks at each end of the runway (Facilities 770 and 771).� Repair the airfield lighting system by replacing the airfield lighting cables, replacing the duct banks through which the cables are routed, and replacing or upgrading the following airfield lighting subsystems to which the cables provide power: Runway Edge Lights, Taxiway Edge Lights, Runway Distance Remaining Signs, Runway 05 and 23 Approach Lights (home runs only), Runway 05 and 23 Precision Approach Path Indicators (PAPIs), and Runway 05 and 23 Wind Socks. Circuits:� Unified Facilities Criteria (UFC) 3-535-01 Visual Air Navigation Facilities provides guidance on the sustainment criteria for airfield lighting systems. Wind Sock Assemblies:� UFC 3-535-01 para 10-2. Wind indicators (cones or socks) are to be installed near landing surfaces to provide a clear indication of the direction of the surface wind and a general indication of wind speed. Contract duration is estimated at 540 calendar days. A pre-bid site visit may be held. Meeting and site visit details will be provided in the solicitation. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238210� Electrical Contractors and Other Wiring Installation Contractors. TYPE OF SET-ASIDE: This acquisition will be advertised as Full and Open Competition. In accordance with Federal Acquisition Regulation 19.1307, this project requires the HUBZone 10% price evaluation. SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted.�� CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 14 August 2020. �Details regarding the Optional Site Visit will be included in the solicitation.� Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://beta.sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, http:/beta.sam.gov. �Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. �Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. �To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://beta.sam.gov.� Amendments, if/when issued, will be posted to the above referenced website 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. REGISTRATIONS: �Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http:/beta.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Karla B. Wright, Contract Specialist, at karla.b.wright@usace.army.mil ���� This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c0c5e4a0c0a42479b53a9d49069f279/view)
 
Place of Performance
Address: Grissom ARB, IN, USA
Country: USA
 
Record
SN05737784-F 20200731/200729230145 (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.