Federal Bid

Last Updated on 15 Aug 2013 at 8 AM
Solicitation
Location Unknown

Project LKTC 12-1069

Solicitation ID FA4861-13-R-A010
Posted Date 18 Jul 2013 at 6 PM
Archive Date 15 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside women-owned small business (wosb) program set-aside (far 19.15)
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location United states

The synopsis number for this requirement is FA4861-13-R-A010. It coincides with the sources sought (FA4861-12-R-A006) posted on the Federal Business Opportunites website on 1 July 2013.

The work to be performed under the requirement consists essentially of, but is not limited to, furnishing all all design, labor, equipment, material, manufactured articles, transportation, supervision, and all else necessary to perform all operations in connection with successfully completing the project LKTC 12-1069 CNST 799 ABS Comm. Project LKTC 12-1069 consists of providing a clear span pre-engineered building (PEB) with reinforced concrete foundation and floor slab. The facility must meet all applicable design requirements to include local wind and seismic loads. Provide a standing seam metal roof system with a minimum slope of 3:12. The PEB shall not be less than 2,400 (approx. 40'L x 60'W x 14' minimum eave height) gross square feet. The finished PEB shall be complete with HVAC, plumbing, electrical, communications, fire suppression, fire alarm, mass notification systems, and lightning protection. The contractor shall provide a 10'x10' communications room, mechanical room, cipher accessible mail distribution office for 2 personnel; one custodial closet, one women's restroom, one men's restroom, break room, lockable SIPR office, and one large open office room for customer service and maintenance. Provide power and communications support for future systems furniture in private offices and open office space. AT/FP standards must be upheld for spacing away from buildings, roadways, and parking areas. Demolition and removal of asphalt along with construction of concrete curbing and parking lot striping will be necessary. The scope also includes providing all utility services to the building, including but not limited to tie-in of sanitary sewer, domestic and fire water, electrical and communications.

As prescribed in FAR 19.1506, this is a Woman Owned Small Business (WOSB), request for proposal (RFP) limited to qualified, eligible woman owned firms registered with the Small Business Administration.

The period of performance for this project is 300 calandar days after the receipt of a Notice to Proceed (NTP). All work shall be in strict compliance with the conditions of the contract, specifications, and drawings. The North American Industry Classification System (NAICS) code is 236210 with a size standard of $33.5 million(M). In addition, the project magnitude is between $500K - $1M.

A site visit will be conducted on 31 July 2013/0800 at Creech AFB, Nevada. All interested parties are highly encouraged to attend the site visit. The contractor is required to acknowledge at the time of closing that the contractor has inspected and is fully cognizant of site conditions. No allowance or consideration will be given after award for condition(s), which existed at the time of the site visit.

All firms offering on the requirement must be registered with the System for Award Management (SAM) in order to receive award. Information regarding the process for registering may be found by visiting http://222.sam.gov. Offerors must have active Online Representation and Certification (ORCA). The ORCA website is https://orca.bpn.gov.

It is anticipated that the solicitation will be issued electronically on or about 24 July 2013, on the Federal Business Opportunities (FBO) web page. The entire solicitation, including the specifications, will be made available only on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Paper copies will not be available.

Once the solicitation is posted, it is incumbent upon all interested vendors to view FedBizOpps frequently for any updates/amendments to any and all documents.

All prospective offerors interested in submitting a proposal on this soliciation must have a Commercial and Government Entity (CAGE) code.

In order to be included on the official listing of interested vendors, prospective offerors or interested parties must post the required information on the FedBizOpps website as an interested vendor.

Notice to Offerors: Funds are not presently available for this project. 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. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Questions or inquiries concerning this acquisition must be emailed to MSgt Neil Armstrong via email at [email protected].

Bid Protests Not Available

Similar Past Bids

Ohio Not Specified
Alexandria Virginia Not Specified
Massachusetts Not Specified
Location Unknown 01 Feb 2018 at 2 PM
Kentucky 13 Apr 2017 at 4 AM

Similar Opportunities

Virginia beach Virginia 11 Jul 2025 at 6 PM
Virginia beach Virginia 11 Jul 2025 at 6 PM
Virginia beach Virginia 11 Jul 2025 at 6 PM
Aberdeen proving ground Maryland 07 Jul 2025 at 9 PM
Aberdeen proving ground Maryland 07 Jul 2025 at 9 PM