Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
SOLICITATION NOTICE

N -- AASF Generator Project

Notice Date
3/25/2022 8:08:59 AM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
 
ZIP Code
06105-3706
 
Solicitation Number
W91ZRS22B0001
 
Archive Date
12/31/2022
 
Point of Contact
Eric Hoss, Phone: 860-386-4075, Eric S. Bailey, Phone: 860-386-4037
 
E-Mail Address
eric.m.hoss.mil@army.mil, eric.s.bailey.civ@mail.mil
(eric.m.hoss.mil@army.mil, eric.s.bailey.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS The USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105, intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract for construction, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the disposal and replacement of an existing generator and starter switch with a 277/480 volt, 3-phase, 4-wire, 750 kW diesel standby generator with base mounted fuel tank, 1200 amp automatic transfer switch, and associated site work, and patching and repair of architectural elements. Provide all labor, materials, and equipment required to remove and dispose of an existing generator and in the installation of a new 750kW generator at the AASF located in Windsor Locks, Connecticut.� The proposed work will consist of, but is not limited to the following: � Removal and disposal of the existing generator, fuel tank, ATS and Fuel. � Installation of the new Generator, fuel tank, ATS. � Renovations of and additions to electrical systems to accommodate the proposed facility. � Site improvements as shown in the drawings to provide appropriate access to the facility. � Post-construction testing of all equipment and controls. The contractor shall complete the project in accordance with attached Plans and Specifications. The contract duration is 300 days after notice to proceed. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 238210, with a size standard of $16,500,000.00. The magnitude of this project is between $500,000 and $1,000,000. Your attention is directed to FAR CLAUSE 52.219-14 (DEV 2021-O0008) (e)(3) LIMITATIONS ON SUBCONTRACTING. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code 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 towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. The tentative date for issuing the solicitation is on-or about 15 April 2022. The tentative date for the pre-proposal conference is on-or about 12 May 2022 - time and location specifics will be in the 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 is scheduled for on-or about 19 May 2022. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). 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 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://sam.gov/opp/70d87b4472b1445bb0aad60a012e5430/view)
 
Place of Performance
Address: Windsor Locks, CT 06096, USA
Zip Code: 06096
Country: USA
 
Record
SN06279504-F 20220327/220326171914 (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.