Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
MODIFICATION

Z -- Repair Fire Suppression System, Building 333 (Fuel Cell), PN: KJAQ06273, Kingsley Field ANG Base, Klamath Falls, Oregon

Notice Date
7/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-11-B-0002
 
Response Due
7/23/2011
 
Archive Date
9/21/2011
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION AMENDED TO INCORPORATE ADDITIONAL INFORMATION REGARDING AVAILABILITY OF FUNDS, TENATIVE PRE-BID CONFERENCE / SITE VISIT AND BID OPENING DATE. READ BELOW ANNOUNCEMENT FOR INFORMATION. This is a pre-solicitation notice. The USPFO for Oregon intends to issue an invitation for bid (W912JV-11-B-0002) to award a single firm fixed-price contract for Repair Fire Suppression System, Building 333 (Fuel Cell), Kingsley Field ANG Base, Klamath Falls, Oregon. The proposed scope of work for this potential project includes, but is not limited to the contractor providing all plant, labor, materials, tools, appliances, equipment, services, fuel, transportation, supervision and management required to remove outdated underwing AFFF suppression system in the facility and replace with new High Expansion Foam (HEF) system with high bay pre-action sprinkler system. Install fire suppression system in office and break area, upgrade fire sprinklers in the remaining support facilities and replace fire alarm panel with new system. Repair Fire Suppression System, Building 333 (Fuel Cell), PN: KJAQ06273, Kingsley Field ANG Base, Klamath Falls, Oregon is a high priority project and approval has been to solicit and prepare an award, subject to the availability of funds (REFERENCE FAR CLAUSE 52.232-18). Funds are not presently available for this project. This project is set aside for Small Businesses. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. The magnitude of this construction project is between $1,000,000.00 and $5,000,000.00. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. The solicitation will be posted on or about 20 July 2011. The tentative date for the pre-bid conference is on-or about 9 August at 10:00 AM local time at the Kingsley Field Air National Guard Base. The bid opening date is tentatively scheduled for on-or about 23 August 2011. Interested contractors are encouraged to attend the pre-bid conference. Registration is mandatory to attend this meeting. All questions regarding the pre-bid conference must be submitted via e-mail to jody.owens@us.army.mil no later than 2 August 2011. ACTUAL DATES AND TIMES WILL BE IDENTIFIED IN THE SOLICITATION; THESE DATES AND TIMES ARE SUBJECT TO CHANGE. FIRMS ARE HIGHLY ENCOURAGED TO READ THE SOLICITATION PRIOR TO SUBMITTING A QUESTION. To register for the pre-bid conference firms shall submit the following information via e-mail to Mrs. Lane Hall -Moore at lane.hall@ang.af.mil and Mr. David Mauch at david.mauch@ang.af.mil: 1.) Name of person(s) attending 2.)Firm Name and Telephone Number 2.) Driver license number and state of issue. Registration information is required no later than 10:00 local time TWO (2) business days of the site visit. ALL INFORMATION WILL BE SAFEGUARDED. Late registrations will not be accepted, no exceptions will be made and no additional site visits are schedule. Interested offerors must be registered in the DoD Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 5 business days. PLAN ACCORDINGLY). Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. 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 https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors 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 offerors inability to access the documents posted on the referenced web pages. The government will not issue paper copies. THIS IS A PRE-SOLICITATION NOTICE ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-11-B-0002/listing.html)
 
Place of Performance
Address: 173rd FW, Kingsley Field ANG Base 221 Wagner Street Klamath Falls OR
Zip Code: 97603
 
Record
SN02498649-W 20110716/110714234828-46fdb21eb9ade4d0c87286c464bae40e (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.