Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
SOLICITATION NOTICE

Z -- Repair Lighting For Ammo Area

Notice Date
12/13/2010
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-11-Q-0059
 
Point of Contact
Latesha D. Flowers, Phone: 9197225607, Bobbie White, Phone: 919-722-5602
 
E-Mail Address
latesha.flowers@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil
(latesha.flowers@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This ia a reposting of FA4809-11-Q-0001, which was posted under the incorrect RFQ number. Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete "Repair Lighting For Ammo Area" requirement at Seymour Johnson, NC. A firm-fixed price contract award is contemplated. Work consists of furnishing all plant, labor, equipment and material, and performing all work in connection with Repair Lighting Form Ammo Area. The work covered includes, but is not limited to the following: Replace inefficient metal halide area lights and wall mounted high pressure sodium lights with energy efficient induction fixtures. Reduce energy consumption and increase efficiency by installing aera lighting induction fixtures on existing poles and sides of buildings. Provide high intrusion protection for long, maintenance free life. Fixtures must comply with ETL 10-2. This project will incorporate applicable US Air Force high performance green building (HPGB) objectives addressing energy use reduction (per EPAct 2005 and CFR Title 10 Part 433). This will be a firm-fixed price construction acquisition. The project magnitude is estimated between $100,000.00 and $250,000.00. The applicable North American Industry Classification System (NAICS) code is 238210 with a small business size standard of $14,000,000.00. The performance period is Ninety (90) calendar days. This action will be issued as a 100 percent HUBZone small business set-aside. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. The solicitation requirements will include all stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. It is anticipated the solicitation will be issued on or about 24 Dec 10 on the Federal Business Opportunities (FBO) web site at http:www.fbo.gov. Paper copies will not be available. 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. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or exe.), and/or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://bpn.gov/ to add/update its ORCA record. Primary POC is TSgt Latesha Flowers at (919) 722-5607; email: mailto:latesha.flowers@seymourjohnson.af.mil. Alternate POC is mailto:bobbie.white@seymourjohnson.af.mil at (919) 722-5607; Fax: (919) 722-5424 Note: Upon issuance of the acquisition, a short response time will be requested. This ia a reposting of FA4809-11-Q-0001, which was posted under the incorrect RFQ number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-11-Q-0059/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB (Wayne County), NC, Seymour Johnson, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02343079-W 20101215/101213233842-76698dffc7d7ebcfe6577bc207de4667 (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.