SOLICITATION NOTICE
Y -- Repair Fire Suppression B220
- Notice Date
- 12/28/2020 12:34:59 PM
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- W7NG USPFO ACTIVITY MN ARNG LITTLE FALLS MN 56345-4173 USA
- ZIP Code
- 56345-4173
- Solicitation Number
- W912LM-21-R-0003
- Response Due
- 1/15/2021 8:00:00 AM
- Archive Date
- 01/16/2021
- Point of Contact
- Drue Glaze, Phone: 3206162752, Tracy White, Phone: 3206162753
- E-Mail Address
-
drue.l.glaze.mil@mail.mil, tracy.l.white7.mil@mail.mil
(drue.l.glaze.mil@mail.mil, tracy.l.white7.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Document Type: Pre-solicitation Notice Solicitation Number: W912LM-21-R-0003 Classification Code Y � Construction of Structures and facilities Set Aside: N/A NAICS Code: 236220- Commercial and Institutional Building Construction The USPFO for Minnesota intends to issue intends to issue a Request for Proposal (RFP) 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 to perform and complete the replacement & upgrade of the fire suppression system, repair of life safety systems & deficiencies and upgrades to lighting and HVAC systems in the existing Corrosion Control Building 220. The base fire protection water main will be looped with this project. Building 220 fire service will be connected to the new looped fire service main. A new water main connection from City of Duluth water supply will be made to improve the flow capacity and pressure provided to the Base domestic distribution system and the fire water supply tanks. Additionally, a new connection to the existing city water line will be made on the north end of the base near the POL area to increase flow capacity on the base. Comply with drawings and specifications. The Magnitude of this project is between $1,000,000.00 and $5,000,000.00. Construction/contract completion time is 180 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million. This action is being procured on and Small Business Set-aside basis. The tentative date for issuing the solicitation is on-or about 15 February 2021. The tentative date for the pre-proposal conference is on-or about 2 March 2021, 10:00AM local time at the 148th FW Duluth ANG Base, Minnesota. 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-proposal conference. All questions for the pre-proposal conference must be submitted by 12 March 2021 via email (preferred) to drue.l.glaze.mil@mail.mil. The solicitation closing date is scheduled for on-or about 19 March 2021. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Best Value Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in the System for Award Management (SAM).� To register go to www.beta.sam.gov.� You will need your DUNS number register.� Instructions for registering are on the web page (there is no fee for registration).� Please note 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 beta.SAM.gov website on-line at www.beta.SAM.gov. beta.SAM is a web- based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with beta.SAM before accessing the system. Bidders/Offerors cannot log into the beta.SAM home page and search for data. This solicitation is not an invitation for bids and there will not be a formal public bid opening. 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 beta.SAM 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 will be at the Duluth National Guard Base, MN.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4ae22f310940413087405edef2aef6f8/view)
- Place of Performance
- Address: Duluth, MN 55811, USA
- Zip Code: 55811
- Country: USA
- Zip Code: 55811
- Record
- SN05881198-F 20201230/201228230108 (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 |