Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
MODIFICATION

Z -- Maintenance and Repair of Maintenance Complex, Buildings 1020 and 1021

Notice Date
4/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
161 ARW/MSC, ATTN: Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263
 
ZIP Code
85034-7263
 
Solicitation Number
W912L213B1001
 
Response Due
4/25/2013
 
Archive Date
6/10/2013
 
Point of Contact
Timothy L. Garrity, (602) 302-9049
 
E-Mail Address
161 ARW/MSC
(timothy.garrity@ang.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The 161st Air Refueling Wing, AZ ANG intends to issue an Invitation For Bid 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 the performance and completion of maintenance and repair of the existing buildings in the Maintenance Complex (Buildings 1020 and 1021) located at the 161st ARW, Sky Harbor International Airport, Phoenix Arizona. This procurement action consists of but is not limited to the following: removing, disposing of and replacing evaporative coolers, removing and replacing boilers and heat pumps, removing and replacing approximately 18,000 SF of tile, removing and replacing fixtures to include cabinetry in several restrooms and several work areas, repairing existing hangar doors, installing infrared heating in hangar bay room, and repair all roofing distressed per plans. The project title is Maintain/Repair Maintenance Complex, Bsildings 1020 and 1021. The project number is VTNB092002. Magnitude of the project is between $500,000 and $1,000,000. The type of contract is firm fixed-price. The contract duration is 150 days after Notice-To-Proceed. This project is set aside 100% for Service Disabled Veteran Owned Small Business. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. The Invitation for Bid (IFB) process will be conducted in accordance with FAR Part 14 and DFARS Part 214. The Government intends to award without discussions, therefore, the offerors initial bid shall contain its best terms. Your attention is directed to FAR CLAUSE 52.219-14 (c)(3) LIMITATIONS ON SUBCONTRACTING which states: quote mark 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 quote mark. The tentative date for issuing the solicitation is on or about 29 April 2013. The tentative date for the pre-bid conference is on-or about 14 May, 2013, 9:00 A.M. local time, (location will be in solicitation). Interested contractors are encouraged to attend. You may be required to present the following information upon arrival in order to be granted access to the base: (1) Vehicle Registration, (2) Valid Driver's License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. A site visit will follow the pre-bid conference. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. A record of the conference shall be made and furnished to all prospective bidders via posting to http://www.fbo.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. The bid opening date is scheduled for on or about 29 May, 2013. Actual dates and times will be identified in the solicitation. Interested bidders must be registered in the GSA System for Award Management (SAM) database. Effective May 29, 2012, Government systems such as CCR and ORCA (on-line representations and certifications) migrated to the System for Award Management (SAM). Interested bidders MUST be registered in SAM. To register in SAM go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. Interested bidders are required to submit their representations and certifications at the same site. The solicitation and associated information and the plans and specifications will be made 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) 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. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. (PLAN ACCORDINGLY). Reference paragraph 4.4 of the FBO 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. 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 the 161st Air Refueling Wing, Phoenix, Arizona.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-1/W912L213B1001/listing.html)
 
Place of Performance
Address: 161 ARW/MSC ATTN: Base Contracting Office, 3200 E. Old Tower Road Phoenix AZ
Zip Code: 85034-7263
 
Record
SN03033967-W 20130413/130411234619-c74917936bac2635f92acabeb9effd61 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.