Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2021 SAM #7118
SOLICITATION NOTICE

Y -- DOMOPS Storage Building

Notice Date
5/26/2021 10:21:53 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NG USPFO ACTIVITY MN ARNG LITTLE FALLS MN 56345-4173 USA
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM-21-R-1002
 
Response Due
6/1/2021 7:00:00 AM
 
Archive Date
06/16/2021
 
Point of Contact
Drue Glaze, Phone: 3206162752
 
E-Mail Address
drue.l.glaze.mil@mail.mil
(drue.l.glaze.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-1002 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 DOMOPS Storage, constructing a heated storage building with insulated metal wall panels and standing seam metal roof. Access will be provided by 14 overhead doors to store various domestic operations equipment. Heat will be provided by gas-fired unit heaters and ventilation air by an energy recovery unit. All associated plumbing, electrical and fire protection systems are included to support the building. Comply with drawings and specifications. There will be options for Bathroom, Additional Site Work, Additional Overhead Doors, Translucent panels, Trench Drain, and Access Control System. 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 8 June 2021. The tentative date for the pre-proposal conference is on-or about 23 June 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 three days prior to the solicitation closing via email (preferred) to drue.l.glaze.mil@mail.mil. 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 contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees"" applies to this project. The solicitation closing date is scheduled for on-or about 7 July 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/508c6029969649f0965ff936d4f57ab6/view)
 
Place of Performance
Address: Duluth, MN 55811, USA
Zip Code: 55811
Country: USA
 
Record
SN06013634-F 20210528/210526230114 (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.