Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
MODIFICATION

Y -- PRE-SOLICITATION

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS11B0006
 
Response Due
9/15/2011
 
Archive Date
10/18/2011
 
Point of Contact
Michael S Mastalski, Fax: 8605244874, Morgan Fiszel, Phone: 8605244870
 
E-Mail Address
michael.mastalski@us.army.mil, morgan.fiszel@us.army.mil
(michael.mastalski@us.army.mil, morgan.fiszel@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description(s): Added: August 1st, 2011 3:30 pm EST. The Connecticut National Guard intends Request for Proposal (RFP) to award a single, firm fixed-price contract for urethane roof resurfacing, Project No. GR 11 001, building 320, TASMG, Groton New London Airport, 139 Tower Avenue, Groton, Connecticut. Scope of Work: Provide all labor, services, equipment, and materials required for building number 320 urethane roof resurfacing at the TASMG in Groton, Connecticut. The summary of work includes but is not limited to repairing, re-coating, and restoration of an existing urethane roofing system for the purpose of obtaining and providing the Manufacturer's 10 year full system recoat warranty from the existing roofing system manufacturer. The magnitude of construction for this project is between $250,000 and $500,000. The construction schedule and major elements of the project will be closely coordinated with the Contracting Officer Representative. The estimated construction performance period is 60 calendar days after acknowledgement of Notice to Proceed (NTP). Payment and Performance Bonds are not required for this project. The North American Industry Classification System (NAICS) code applicable to this project is 238160. The applicable small business size standard (to be considered as a small business) including affiliates is not more than Thirty Three Million Five Hundred Thousand dollars ($14,000,000) average annual revenue for the previous three years. This project will be solicited as a TOTAL SMALL BUSINESS SET ASIDE. There will be a Pre-Proposal Conference but the date in currently undetermined. Refer to the solicitation for instructions of the Pre-Proposal Conference. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the Pre-Proposal Conference. 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 RFP and associated information, plans and specifications will be available from the EBS website at https://www.fbo.gov. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the website on-line at https://www.fbo.gov. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the CCR in order to view or download the plans or drawings from the web site. DISCLAIMER: The official plans and specifications are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page https://www.fbo.gov for electronic downloading. This will 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 RFP. 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. Communication of interest or requests for information should not be emailed until after the solicitation is posted and thoroughly reviewed. Posting of the solicitation should happen on or around August 17th, 2011. The email address for the person responsible for this posting is morgan.fiszel@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS11B0006/listing.html)
 
Place of Performance
Address: 139 Tower Avenue, Groton, Connecticut, 06340, United States
Zip Code: 06340
 
Record
SN02555608-W 20110901/110831000105-5f7d1788caeff053e1a430e2805c292f (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.