Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2008 FBO #2403
SOLICITATION NOTICE

Z -- Modify/Upgrade Industrial Wastewater Pretreatament System, Bldg 309

Notice Date
6/23/2008
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA6656-08-R-0004
 
Point of Contact
Helen L Jordan,, Phone: 330-609-1306, Susan Weaver,, Phone: 330-609-1212
 
E-Mail Address
helen.jordan@youngstown.af.mil, susan.weaver@youngstown.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS SOLICITATION IS BEING OFFERED AS A TOTAL SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The project involves the contractor providing all labor, materials, tools, equipment, permits, and transportation necessary to construct modify the industrial wastewater pretreatment (IWP) system to include process monitoring and additional control response levels, installing metering units at various stages and at discharge points, constructing an addition for material handling and process equipment, installing a sample testing laboratory unit, upgrading the electronic monitoring and control system, and installing a fire suppression system on Youngstown Air Reserve Station at Vienna Ohio. Construction includes mechanical, structural, electrical and piping activity. The magnitude of this project is between $500,000 and $1,000,000. This project is located at the 910 Airlift Wing (AFRC), Youngstown Air Reserve Station, 3976 King Graves Rd, Vienna OH 44473-5931 (Trumbull County). This is a Request for Proposal (RFP), Price Performance Tradeoff (PPTO) solicitation. There will be no public bid opening. The closing date for submission of offers is estimated to be ON OR ABOUT 8 Aug 08 and will be contained in the solicitation package. Award will be made based upon the Best Value to the Government in accordance with FAR 15. Total contract performance period is 210 calendar days from date of receipt of the notice to proceed. The resultant award will be a Firm-Fixed Price contract. The NAICS Code is 236210, and the Size Standard is $31 million average annual receipts over the past three years. Paper copies of the solicitation will not be provided as these documents, which include the solicitation, drawings, and specifications, can be downloaded from the FedBizOpps (FBO) at http://www.fbo.gov and should be available ON OR AFTER 8 July 2008. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. The following viewers can be used to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe), Bidview (.cal) and Max View/Source View (.exe). More information concerning these viewers can be found at www.fbo.gov. To be included on the Potential Prime, Subcontractor, and/or Supplier List, interested parties should identify themselves by adding their data to the Interested Vendors List (IVL) on the FBO site below the solicitation. Contractors are also requested to identify if they have other designated size standards besides Service Disabled Veteran (i.e. Small, Woman Owned, 8(a), HUBZone, etc.). Contractors are advised that in order to receive an award as the prime contractor, they must be listed in the Central Contractor Register (CCR) database; failure to register will disqualify a contractor from award should the contractor be selected and not registered. Contractors may register via the Internet CCR website at http://www.ccr.gov. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Contractors are also advised that they must be registered with the Online Representations and Certifications Application (ORCA), and have completed electronic annual representations and certifications at http://orca.bpn.gov, or risk having their proposals declared non-responsive. ORCA replaces most paper-based certifications and representations previously found in Section K of contractor proposals. Site visit information will be provided in the bid package; prime contractors, subcontractors and/or suppliers may attend the site visit. All responsible sources may submit a proposal, which shall be considered by the Air Force Reserves. The response date cited above is an estimate, not an actual. This notice does not obligate the government to award a contract nor does it obligate the government to pay for any bid/proposal preparation costs.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d3eb3675cce5ce7857c414a382cca94&tab=core&_cview=1)
 
Place of Performance
Address: YOUNGSTOWN AIR RESERVE STATION, 3976 KING GRAVES ROAD, VIENNA, Ohio, 44473-5931, United States
Zip Code: 44473-5931
 
Record
SN01599314-W 20080625/080623220437-7d3eb3675cce5ce7857c414a382cca94 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.