Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOLICITATION NOTICE

Z -- Replace Hail Damaged Windows B50 - Package #1

Notice Date
12/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Flight, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102, United States
 
ZIP Code
78843-5102
 
Solicitation Number
FA3099-17-R-0001
 
Archive Date
1/17/2017
 
Point of Contact
Kurt C. Armbruster, Phone: 8302984861, Daniela Dilone, Phone: 8302985744
 
E-Mail Address
kurt.armbruster@us.af.mil, daniela.dilone@us.af.mil
(kurt.armbruster@us.af.mil, daniela.dilone@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation SOW Atch 10 Wage Determination SOW Atch 9 (Part 2) Pictures SOW Atch 9 (Part 1) Pictures SOW Atch 8 Elevation Drawings SOW Atch 7 UFC 4 010 01 SOW Atch 6 Division 01 Specifications Repair Windows B50 SOW Atch 5 Schedule of Material Submittals SOW Atch 4 AFB Archit Compatibility Guide SOW Atch 3 AETC Installation Excellence Guide SOW Atch 2 LAFB Specific Environmental Requirements SOW Atch 1 Green Procurement Plan Atch 4 Notification of Compliance with Contract Insurance Req Atch 3 Financial Institution Reference Sheet Atch 2 AETC Form 47 Atch 1 Statement of Work (SOW) The 47th Contracting Flight at Laughlin Air Force Base (AFB), Texas will be requesting proposals to retrofit all windows and frames on the ground floors and hangar doors with translucent composite panels on Hangar 1 (Building 50). The windows located on the top tier of the hangar are to be covered with corrugated metal panels to match existing structure features. Work shall include, removal of existing damaged window panels, cleaning the debris from the storm and from the broken panes, and installation of solid metal or translucent composite panels. Where necessary, the Contractor shall remove obstructions to work areas such as existing gutter downspouts. All removed items shall be safely stored during construction and reinstalled after window work is completed. Work will be done in five phases as to not interfere with operations of the facility. Payment and performance bonds will be required. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. If funding becomes available, award of a contract will be made to the responsive, responsible offeror whose offer, conforming to the solicitation, will be the lowest bid to the Government considering only price and price related factors. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Prospective offerors interested in submitting a proposal on this solicitation must have a commercial and government entity (CAGE) code. All interested parties must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ prior to receiving award of a Government contract, and must have complied with the VETS-100 reporting requirement. Offerors are further advised that failure to register in SAM will render their firm ineligible for award. Registration in SAM may be obtained by calling 866-606-8220 from the hours of 0800 to 2000 EST. This proposed acquisition is 100% small business set-aside, and is under the North American Industry Classification System (NAICS) code 238150 with a size standard of $15 million. Offers must be valid for 120 days after solicitation closing date. The magnitude for this requirement is between $250,000.00 and $500,000.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/FA3099-17-R-0001/listing.html)
 
Place of Performance
Address: Laughlin AFB, TX, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN04353526-W 20161218/161216233744-e7ef8d634d063d4a996eedda3eab5a04 (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.