Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2024 SAM #8401
SOLICITATION NOTICE

Y -- Repair/Replace HVAC Systems

Notice Date
11/25/2024 9:59:07 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875125B0001
 
Response Due
12/11/2024 12:00:00 PM
 
Archive Date
12/26/2024
 
Point of Contact
Jennifer Calandra
 
E-Mail Address
Jennifer.Calandra@us.af.mil
(Jennifer.Calandra@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The contractor shall furnish all labor, equipment, devices and materials and perform all work in accordance with the Technical Specifications, Drawings and Statement of Work (SOW) at the Air Force Research Site, Located in Rome, NY. The work to be performed includes but is not limited to the following: Hazardous Material Abatement, Site Work, General Construction Work, Furnishings and Equipment Work, Fire Protection Work, Plumbing Work, Mechanical and HVAC Work, Electric Work, Fire Alarm Work, Dismantle, Storage, and Reinstallation Services of Teknion Transit Panel Systems Furniture, and incidental related work. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards. The work will be performed in accordance with the DRAFT Technical Specifications (Attachment 1), dated 20 May 2024, Drawings (Attachment 2), dated 15 April 2024, and SOW (Attachment 3), dated 10 October 2024. This acquisition will be a 100% Small Business Set-Aside IAW FAR 19.5. The applicable NAICS code is 236220 with an associated small business size standard of $45,000,000 average annual revenue. The estimated magnitude of construction is between $5,000,000 and $10,000,000. Bidders must provide payment and performance bonding in the amount of their bid. A Bid guarantee in the amount of 20% of the bid amount will be required to accompany all bids. Questions and comments are welcome and must be sent to the Contract Specialist, Jennifer Calandra, at jennifer.calandra@us.af.mil. The Invitation for Bid (IFB) will be posted online at www.SAM.gov under the reference number FA875125B0001 on or about 13 December 2024. Bids will be due approximately 30 days later. A site visit will be conducted within 10 days after issuance of the IFB. The date will be finalized when the IFB is posted. The IFB documents will only be available electronically. Potential bidders will be responsible for downloading the IFB documents and for monitoring the website for possible amendments and any additional information. Award will be a firm fixed price (FFP) contract resulting from a competitive Invitation for Bid (IFB). Competing bidder�s bids shall be ranked according to price. Award will be made to the lowest priced responsible bidder, whose bid is responsive to the terms of the IFB. Bids will be accepted on an all or none basis only. Partial bids will not be accepted. NOTE: In order to receive a contract award, if issued, the successful bidder must be actively registered in and have their Online Representations and Certifications completed in the System for Acquisition Management (SAM) - www.SAM.gov. Bidders must also be actively registered in Wide Area Workflow (WAWF) - https://piee.eb.mil. All responsible sources may submit a bid which shall be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85c019f059014b9fbed6352e6b9461da/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN07274616-F 20241127/241125230107 (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.