Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOLICITATION NOTICE

Y -- Glide Slope Relocation at Cannon AFB NM

Notice Date
2/27/2012
 
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 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-12-R-0014
 
Archive Date
4/4/2012
 
Point of Contact
Tracie Holman, Phone: (405) 734-5056, Corene J Chakenatho, Phone: 405-734-7366
 
E-Mail Address
tracie.holman@tinker.af.mil, corene.chakenatho@tinker.af.mil
(tracie.holman@tinker.af.mil, corene.chakenatho@tinker.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
38 CONS/LGCA intends to issue a solicitation for the relocation of the existing ILS Glide Slope 31(Antenna mast and Shelter including contents) from the existing location to the new location designated by the Air Force Flight Standards Agency (AFFSA) during the 14-17 September 2010 at Cannon AFB NM. This contract shall include the construction of new concrete foundations for the Glide-slope Shelter and Antenna Mast then relocate the existing shelter and install a new antenna mast. AFFSA shall make the final cable connections between the shelter and the antennas on the new antenna mast, then flight check and recertify the system as being fully operational to support flight operations. This proposed contract is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) 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. Disclosure of Magnitude: FAR 36.204 requires disclosure of the magnitude of construction projects. The estimated price for this project falls in the following price range: (d) Between $250,000 and $500,000. Award will be made using Lowest Price Technically Acceptable in accordance with FAR Part 15. A solicitation will be electronically posted on or about 19 Mar 12. 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 included in FAR 52.236-27 located in Section 00100 for the RFP - Bidding Schedule/Instructions to Bidders. 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. Foreign participation is permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign firms only in order that they may pursue subcontracting opportunities. 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/c31a48ea67b9e55adcb15b84ec06ccf1)
 
Place of Performance
Address: Cannon, AFB NM, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02683396-W 20120229/120227234336-c31a48ea67b9e55adcb15b84ec06ccf1 (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.