SOLICITATION NOTICE
Z -- 129 RQW - Repair Hoist and Fall Protection (QMSN172002)
- Notice Date
- 4/6/2023 9:36:40 AM
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7MX USPFO ACTIVITY CAANG 129 MOFFETT FIELD CA 94035-0103 USA
- ZIP Code
- 94035-0103
- Solicitation Number
- W50S8X23B0003
- Response Due
- 4/26/2023 3:00:00 PM
- Point of Contact
- SMSgt Dana Johnson, Phone: 6506039276, MSgt Devin Kimsey, Phone: 6506039274
- E-Mail Address
-
dana.johnson.16@us.af.mil, devin.kimsey.1@us.af.mil
(dana.johnson.16@us.af.mil, devin.kimsey.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance The California National Guard intends to issue an Invitation for Bids 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 for the Construction of or the removal and replacement of a 3-ton capacity bridge crane, a 1.5-ton capacity monorail crane, and two (2) fall arrest cable systems at the Composite Aircraft Maintenance Facility (Building 662) at Moffett Air National Guard Base (Moffett ANGB), Santa Clara County, California. Installed replacement equipment will be comprised of two (2) 5-ton bridge cranes with two (2) motorized fall arrest bridges with lifelines mounted on the same rails as the cranes. Additionally, one (1) aircraft tail fall arrest system will be installed adjacent to the northern bridge crane and fall arrest system.� The contract duration will be 270 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Businesses. The North American Industry Classification System (NAICS) Code is 811310, with a small business size standard of $12,500,000. The magnitude of construction is between $1,000,000 and $5,000,000. The tentative date for issuing the solicitation is on-or-about 8 May 2023. The tentative date for the pre-bid conference is on-or-about 17 May 2023, 10:00 a.m local time, location to be provided 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. All questions for the pre-bid conference must be submitted by 16 May 2023 via email to dana.johnson.16@us.af.mil. The bid opening date is tentatively planned for on-or-about 8 June 2023. Actual dates and times will be identified 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 will be available only from the Contract Opportunities page at SAM.gov. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the 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 towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded�. In accordance with FAR 36.211(b), the following information is provided: The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements. 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 for 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/a6ad34f16e15453ab80bae1ddcda830b/view)
- Place of Performance
- Address: Moffett Field, CA 94035, USA
- Zip Code: 94035
- Country: USA
- Zip Code: 94035
- Record
- SN06642390-F 20230408/230406230114 (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 |