Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

Z -- Project Number LSGA092011 Expand/Repair M2 Taxiway

Notice Date
2/24/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-12-B-0001
 
Response Due
4/2/2012
 
Archive Date
6/1/2012
 
Point of Contact
Jeff D. Moore, 904-823-0552
 
E-Mail Address
USPFO for Florida
(jeff.moore1@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Florida National Guard intends to issue an Invitation For Bid (IFB) to award a single firm fixed-price contract for services, non personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for Project Number LSGA092011 Expand/Repair M2 Taxiway and Project Number LSGA092013 Expand/Repair Apron/Shoulder, to meet the requirements of applicable Unified Facilities Criteria (UFC). The completed improvement also includes providing drainage and site improvements including, but not limited to, repair of taxiway joints and spalls, relocation of existing lighting and utilities to include security fencing and sensors to meet the requirements of the current applicable FAA circular, in addition to all Air Force and Air National Guard standards and UFC. The contract duration is estimated at 270 days. This project is being solicited as a Competitive 8(a) set-aside in accordance with FAR 19.805-1(d). Award will be restricted to only those 8(a) firms serviced by the Small Business Administration, Northeast Florida District, and other 8(a) firms having a bona fide office within the competitive area. The North American Industry Classification (NAICS) Code is 237310, with a size standard of $33,500,000.00. The cost range is between $1,000,000 and $5,000,000. 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 Bidder /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 date for issuing the solicitation document, plans and specifications on Federal Business Opportunities (FBO) is 2 March 2012. The date for the pre-bid conference is 13 March 2012, 10:00AM local time at the 125th Fighter Wing, 14300 FANG Drive, Jacksonville, Florida. 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-bid conference. All questions for the pre-bid conference must be submitted by 6 March 2012 via email (preferred) to jeff.moore1@us.army.mil and brian.j.williams2@us.army.mil or fax (904) 823-0512. The bid opening date is scheduled for 2 April 2012. Interested bidders must be registered in the 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 bidders 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 FOB website on-line at https://www.fbo.gov/. FOB is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/bidders must register with FBO before accessing the system. FBO 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 FBO website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders who have registered with FBO must access the data for this solicitation by way of the link issued with the solicitation. Additionally, to view and/or download Export Controlled Materials, a company must be certified (via an approved DD Form 2345) by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). This certification establishes that a company is a U.S. or Canadian contractor eligible to receive unclassified technical data that is under the control of the U.S. Department of Defense (DoD) or the Canadian Department of National Defense (DND). Questions about this program or DD Form 2345 should be addressed to U.S./Canada Joint Certification Office, Defense Logistics Information Services (DLIS), Federal Center, 74 Washington Avenue North, Battle Creek, MI 49017-3084; or telephone (616) 961-4358, toll free (800) 352-3572; or email jcp-admin@dlis.dla.mil. Once a company is certified with the JCP office (3 to 5 business days), the company should contact FBO to have them add their JCP number to their FBO account. When the Vendor click's to open an export controlled package/document, they should be asked for their MPIN. After entering the MPIN, the export controlled package/document should be viewable/downloadable by Vendors that have gone through the JCP process. If a Vendor still has problems, the Vendor should check to make sure that their CCR registration and MPIN are valid and up-to-date. If problems still persist, the Vendor may call the FBO help desk at 866-606-8220, selection option 2 for FBO issues, and ask for troubleshooting assistance. Bidders cannot log into the FBO home page and search data. This solicitation is a competitive bid and there will be a formal public bid opening. 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 bidders 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 a bidders inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 125th Fighter Wing, FANG Road, Jacksonville, FL 32218.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-12-B-0001/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN02682935-W 20120226/120224235425-942019dc397e6df23935a3cd14fc8d30 (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.