SOLICITATION NOTICE
J -- Hangar Door Repair
- Notice Date
- 8/11/2020 10:07:07 AM
- Notice Type
- Presolicitation
- NAICS
- 23
—
- Contracting Office
- W7NP USPFO ACTIVITY NJANG 108 JB MDL NJ 08641-5309 USA
- ZIP Code
- 08641-5309
- Solicitation Number
- PANNGB-20-P-0000-013141
- Response Due
- 8/27/2020 7:00:00 AM
- Archive Date
- 09/11/2020
- Point of Contact
- Joyce Baker, Phone: 6097543117, Karen Foulds, Phone: 6097544157, Fax: 6097543483
- E-Mail Address
-
joyce.a.baker4.mil@mail.mil, karen.e.foulds.mil@mail.mil
(joyce.a.baker4.mil@mail.mil, karen.e.foulds.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NAICS Code: 236220 - Commercial and Institutional Building Construction The 108th Wing intends to issue an Invitation for Bids to award a single firm fixed-price contract for services, non-personal, to remove and replace the existing malfunctioning control panels, drive motors, limit switches, pneumatic safety edges, and center neoprene seals along with a full operational check to bring the hangar doors to full functionality at buildings 3333 & 3369, 108thWing, New Jersey Air National Guard, JB McGuire-Dix-Lakehurst, NJ. The project includes all gears, pulleys, and cables to be lubricated. Top guide rails shall be cleaned out to provide maximum efficiency of hangar door operation. Contractors shall prepare their bid using the drawings for construction and specifications for this requirement. The Contractor must have performed aircraft hangar repairs in the past five (5) years to include hangar door structures along with all associated mechanical, electrical, structural, and safety components necessary to safely operate a hangar door. Contractor must possess the necessary background, supervision, and qualified personnel. Contractors proposing to submit a bid on this project must submit supporting documentation to the Government attesting to satisfactory performance of work in terms of expertise and having proper and adequate equipment to accomplish the work. The supporting documentation will be reviewed for approval or disapproval. The contract duration is 60 days after notice to proceed. This project is set aside 100% for Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $39,500,000.00. The magnitude of construction is between $25,000 and 100,000. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-00003), LIMITATIONS ON SUBCONTRACTING, which states ""By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a 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 toward the 85 percent subcontract amount that cannot be exceeded"". The tentative date for issuing the solicitation is on-or-about 27 August 2020. The date, time and location for the prebid conference will be in solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. The bid opening date will be located in the solicitation. 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). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at beta.SAM.gov 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, due to 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://beta.sam.gov/opp/bdf5580a6f654fd8818854a02b8d1d78/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08641, USA
- Zip Code: 08641
- Country: USA
- Zip Code: 08641
- Record
- SN05752871-F 20200813/200811230145 (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 |