Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

Y -- 100 Foot Guyed RTR Tower at the Carabelle, FL- ACMI Site

Notice Date
4/15/2010
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CEG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-10-R-0087
 
Point of Contact
Tracie Holman, Phone: (405) 734-5056, Cathy D Summers, Phone: (405) 734-5410
 
E-Mail Address
tracie.holman@tinker.af.mil, cathy.summers@tinker.af.mil
(tracie.holman@tinker.af.mil, cathy.summers@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
38 CEG/PKE intends to issue a solicitation for construction of a 100 foot guyed RTR Tower at the Carabelle, FL- ACMI Site. The 325 Communications Squadron at Tyndall AFB FL operates a radio facility near Carrabelle FL to provide extended radio coverage for Tyndall flight operations personnel. Two radios previously installed at this location were using borrowed antennas on an existing tower. The project described herein provides for a permanent 100-ft guyed tower with associated cabling, grounding, and antennas and allows the borrowed antenna positions to be returned to the loaning agency. Only the two radio antennas for the previously installed radios will be mounted on this new tower on two of the available 8 positions. The other 6 positions will remain empty for future expansion. However, RF cables will be installed to the top of the tower to allow for antenna connection. All work to be done in or near building 9908. This proposed contract is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code proposed for the requirement is 237130. The size standard for NAICS 237130 is $33.5 million. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Award will be made using Lowest Price Technically Acceptable in accordance with FAR Par 15. A solicitation will be electronically posted on or about 30 Apr 10. All notices and any/all amendments will be posted and available for viewing on this site (www.fbo.gov). The date and time for the preproposal site visit will be posted here as well. It is the responsibility of interested parties to review this site frequently for the posting of any updates/amendments to the solicitation. No telephone calls or written requests for this solicitation package will be accepted. All questions or comments should be directed electronically to the POCs listed above; no other format will be considered or accepted. All information pertaining to this acquisition, including technical questions and answers shall be provided to the Contracting Officer ONLY to ensure equal distribution of information to interested parties. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code and must be registered with Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 in order to receive award. CCR can be obtained at www.ccr.gov. Additionally, all offerors must complete the registration package on the Federal Business Opportunities website, which places them on the solicitation source list. An AFSPC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and recommendations to the Contracting Officer for resolution. In addition, AFFARS Clause 5352-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The MAJCOM Ombudsman is the AFSPC/A7K and can be contacted at: 150 Vandenberg Street, Peterson AFB CO 80914, Telephone 719-554-5299; E-mail: A7K.wf@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a374ee98377d48418ca292ef9cbf8398)
 
Place of Performance
Address: Carabelle, FL- ACMI Site of Tyndall AFB, Carabelle, Florida, 32322, United States
Zip Code: 32322
 
Record
SN02122757-W 20100417/100415234846-a374ee98377d48418ca292ef9cbf8398 (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  © 1994-2020, Loren Data Corp.