Inactive
SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
Notice ID:FA441720R0009
*Amendment 0004: Issued 3 August 2020 to include the revised bid schedule. Review the SF 30 for amendment 0004 for additional details. *Clarification on provision 52.228-1, Bid Guarantee 31 July 2020:...
*Amendment 0004: Issued 3 August 2020 to include the revised bid schedule. Review the SF 30 for amendment 0004 for additional details. *Clarification on provision 52.228-1, Bid Guarantee 31 July 2020: paragraph (c) of the aforementioned provision states "The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000.00, whichever is less". In this instance, the bid price for indefinite-quantity contracts is the price payable for the specified minimum quantity. The specified minimum quantity is $200,000.00 as identified in block 10 of the solicitation. *Amendment 0003: Issued 30 July 2020 to include the lead based paint survey in the attachments. Questions and answers list is also posted. Provide any follow-up questions no later than 31 July 2020 at 1400 CST. *Amendment 0002: Issued to extend the proposal due date from 30 July 2020 to 6 August 2020. *Amendment 0001: Issued 1 July 2020 to correct site visit date in block 10 of the solicitation SF 1442. This solicitation is for a Water Tower Maintenance Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the 1st Special Operations Contracting Squadron (1 SOCONS) at Hurlburt Field, FL. The contract will be for execution of a broad range of maintenance construction projects affecting water tower real property located on Hurlburt Field. The contractor shall furnish all labor, materials, tools, supervision, and equipment to perform all operations necessary to accomplish all work, complete in place, as specified within the Statement of Work (SOW) and Specifications. The work to be performed includes, but is not necessarily limited to, the following principal features: water tower inspections, washout and disinfection of water towers, painting interior of water tower tanks, painting exterior of water towers, and performing repairs of water towers. The acquisition will be set aside for Women-Owned Small Business offerors only. The specific Small Business set-aside type will be included on the solicitation. The North American Industry Classification System (NAICS) code for the project is 237110 with a size standard of $39.5M. The contract will be awarded in accordance with FAR Part 15, Negotiated Procedures. Performance period is a 12-month base year with four (4) option years. The contract will be a single award, firm-fixed-price (FFP) type contract. Estimated magnitude for the total project is between $1,000,000 and $5,000,000. Payment and performance bonds will be required within ten (10) days of contract award. The work is required in support of the 1st Special Operations Civil Engineer Squadron. The closing date and time for submissions of offers, as well as the date and time for pre-proposal conference will be contained in the solicitation package, which will be made available on the government point of entry (GPE) https://beta.sam.gov/. Prospective contractors must be registered in the System for Award Management (SAM) Database prior to award of a government contract. Offerors are further advised that failure to register in the SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. This solicitation will be available ONLY via the Internet at the following address: https://www.beta.sam.gov. For information on how to register your company on the beta SAM website, or to view or receive updates and notifications to the solicitation, please reference the beta SAM Learning Center located on the beta SAM website home page. NO paper copies of the solicitation will be furnished.