Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2024 SAM #8173
SOLICITATION NOTICE

Y -- PSTE242001 Isolation Pad Design Build for Hush House

Notice Date
4/11/2024 1:45:30 PM
 
Notice Type
Presolicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
W7NZ USPFO ACTIVITY SCANG 169 EASTOVER SC 29044-5000 USA
 
ZIP Code
29044-5000
 
Solicitation Number
PSTE242001
 
Archive Date
04/26/2024
 
Point of Contact
Devin Kimsey, Phone: 8036478255, Jonathan Bailey, Phone: 8036478571
 
E-Mail Address
devin.kimsey.1@us.af.mil, jonathan.bailey.28@us.af.mil
(devin.kimsey.1@us.af.mil, jonathan.bailey.28@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis: PSTE 242001 Isolation Pad design Build for Hush House Classification Code: Y1BZ � Construction of Other Airfield Structures Set Aside: Small Business NAICS Code: 237110 � Poured Concrete Foundation and Structure Contractors Size Standard: $45,000,000.00 Place of performance is McEntire JNGB Eastover, South Carolina. The 169th FW have established a project to design and build a T10 foundation that interfaces the existing legacy isolation pad foundation with the new 50k thrust stand requirements. All designs shall be in accordance with applicable Unified Facility Criteria, ANG and Air Force Engineering Technical Letters, and all other regulator and code requirements. The contractor will be responsible for confirming work schedule with government approval prior to work being started due to mission necessities. The contractor will be responsible for confirming mechanical, electrical, fire suppression needs as seen in the attached Statement of Work and Drawings. The work will be located at McEntire Joint National Guard Base near Eastover in Richland County, South Carolina. The base award CLINs are anticipated to be as follow: CLIN 0001: Base Bid The contract duration will be a total of 90 days after notice to proceed, which consists of an anticipated 45-day pre-construction phase for submittal approval, testing, mix designs, submit required permits, etc; and an anticipated 45-day construction phase. Contractor will have 90 days to complete both.� �This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 237110, with a size standard of $45,000,000.00. The magnitude of the project is between $250,000.00 and $500,000.00. 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 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 1 May 2024. The tentative date for the pre-bid conference is on-or-about 10 May 2024, 9:00AM local time, location 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. All questions for the pre-bid conference must be submitted by 15 May 2024 via email to devin.kimsey@us.af.mil and jonathan.bailey.28@army.mil. The bid opening date is scheduled for on-or about 3 June 2024. 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 and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov In accordance with FAR 36.211(b), the following information is provided: (1)����� 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. (2)����� 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, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f02b1c307e44b89a8e93d3326e60903/view)
 
Place of Performance
Address: Eastover, SC 29044, USA
Zip Code: 29044
Country: USA
 
Record
SN07027434-F 20240413/240411230043 (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.