Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
MODIFICATION

Z -- Repairing Facility Roof Leak - Solicitation 1

Notice Date
6/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 164 MSG/MSC, TN ANG, 4593 SWINNEA ROAD, MEMPHIS, Tennessee, 38118-7101, United States
 
ZIP Code
38118-7101
 
Solicitation Number
W912L7-17-R-2003
 
Response Due
7/21/2017 9:00:00 AM
 
Point of Contact
Christopher Rhyne, Phone: 9012917109
 
E-Mail Address
usaf.tn.164-aw.mbx.msc@mail.mil
(usaf.tn.164-aw.mbx.msc@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
solicitation for Repair Facility Roof Leaks This project is set-aside for Total Small Business. The North American Industry Classification System (NAICS) code for this project is 238160. The small business size standard is no greater than $15 million in average annual receipts over the past three years. Only offers from firms that are certified to meet both the small business status and the size standard will be considered. You may contact your local U.S. Small Business Administration (SBA) office (federal, not state office) for more information on the Small Business programs. Your local SBA office's contact information may be found by accessing the SBA website ( www.sba.gov ). The construction project magnitude is between $25,000 and $100,000. Persons intending to submit a proposal are strongly encouraged to attend the Pre-Proposal Conference and Site Visit on 11 July 2017 at 1:00 p.m. Central Standard Time. The project consists of contractor furnishing all labor, materials, tools, and equipment necessary to Repair Facility Roof Leaks, Air National Guard Base Memphis, TN. Project includes but is not limited to repair of the ridgeline cap of Building 4513, Maintenance Hangar, as well as repair transition zone, expansion joints, and vent pipes on for roof systems in the Hangar Complex, Base Supply facility, and Base Civil Engineering Building. The base includes three aircraft hangars which are approximately 100 feet above ground level consisting of steel roof decking. Roof leaks are common at the transition zone, expansion joints, and vent pipes in the aircraft hangar complex and Base Supply/LRS Facility. The Government will award a contract resulting from this solicitation to the responsible proposal whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Within the continuum, the Government will employ a "Lowest Price Technically Acceptable FAR 15.101-2" analysis of cost or price and non-cost factors in evaluating the proposals submitted. Evaluation of technical factors shall be on an acceptable/unacceptable basis. All factors are required to achieve an acceptable rating to be considered technically acceptable. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as acceptable or unacceptable. Proposals must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the System for Award Management (SAM) System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 17 July 2017. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management ( https://www.sam.gov ). Proposals will be due to the 164AW/MSC 4593 Swinnea Rd., Memphis, TN 38118, by 21 July 2017, 09:00 a.m. Central Standard Time. Emailed proposals will be accepted at usaf.tn.164-aw.mbx.msc@mail.mil. Point of Contacts are Kirk Middleton or Chris Rhyne, email usaf.tn.164-aw.mbx.msc@mail.mil. The purpose of this notice is to meet the FAR 5.201 requirements. It is the contractor's responsibility to monitor the Federal Business Opportunities website for amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-2/W912L7-17-R-2003/listing.html)
 
Place of Performance
Address: 4593 Swinnea Rd, Memphis, Tennessee, 38118, United States
Zip Code: 38118
 
Record
SN04559598-W 20170629/170627235816-14e8bc74f35033768f429d15798b3ae3 (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.