Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:FA301020R0012
In an effort to promote social distancing, we highly encourage all proposals be submitted via email to the following: clayton.petrie@us.af.mil 81CONS.LGCB.Construction@us.af.mil The response date rema...
In an effort to promote social distancing, we highly encourage all proposals be submitted via email to the following: clayton.petrie@us.af.mil 81CONS.LGCB.Construction@us.af.mil The response date remains 20 Mar 2020. Please feel free to contact me with any questions. ____________________________________________________________________________________ The purpose of the amendment posted 17 Mar 2020 is to answer additional questions submitted. The response date remains 20 Mar 2020. _____________________________________________________________________________________ The purpose of the amendment posted 11 Mar 2020 is answer submitted questions as well as add attachment 10. The response date remains 20 Mar 2020 _____________________________________________________________________________________ The site visit sign in sheet has been posted. Please submit any questions in writing by 12:00 pm CST, 06 March 2020. Questions can be sent to 81CONS.LGCB.Construction@us.af.mil _____________________________________________________________________________________ A site visit will be held at Keesler AFB on 27 Feb 2020. If you wish to attend please take note of the updated procedures to gain base access in the solicitation. ______________________________________________________________________________________ The Work performed under this Contract shall consist of furnishing all labor, materials, and equipment necessary to resurface the Triangle Running Track on Keesler AFB as specified in the Statement of Work, Specifications, and as shown in the drawings. This acquisition will be conducted as a Service-Disabled Veteran Owned (SDVO) set aside, utilizing Performance Price Trade-off (PPT) Procedures. Interested Service-Disabled Veteran Owned (SDVO) sources may submit a proposal. The North American Industry Classification System (NAICS) Code is 238990. The size standard is $16.5 Million. Magnitude of proposed construction is between $500,000.00 and $1,000,000.00. The Solicitation Package, Specifications, and Drawings (if applicable), will tentatively be posted on the Beta SAM Website: http://beta.sam.gov on/or around 14 February 2020 with a tentative closing date of 16 March 2020. The contract performance period will be 160 days after receiving the Notice to Proceed. All Contractors wishing to do business with the Government are required to register in the System for Award Management (SAM) DoD Database prior to any subsequent award. SAM Registration may be accomplished online at https://www.sam.gov/SAM/. Contractors are further advised that failure to register in the DoD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in SAM in order to be eligible for timely award. The single source of entry for all documentation pertaining to this acquisition will be http://beta.sam.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e., issued amendments, changes to the Statement of Work, etc.). Telephone and fax requests for a solicitation package will NOT be accepted. Questions concerning this solicitation may be brought to the attention of Contracting Specialist, SrA Clayton Petrie at (228) 377-1807 or email: clayton.petrie@us.af.mil, or the Contracting Officer, Kimberley Alvarez at (228) 377-1837 or email: kimberley.alvarez.1@us.af.mil.