Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:W91236-19-B-0013
This pre-solicitation is being advertised as a Construction, Firmed-Fixed Price Contract using FAR Part 14 Sealed Bidding. This will be a Competitive Service-Disabled Veteran-Owned Small Business (SDV...
This pre-solicitation is being advertised as a Construction, Firmed-Fixed Price Contract using FAR Part 14 Sealed Bidding. This will be a Competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) procurement. The USACE Norfolk District, 803 Front Street, Norfolk, VA 23510 intends to award a single firm-fixed-price contract. The project is located on the Helipad at DLA / DSCR, Chesterfield County, Richmond, Virginia. This effort will require the services of a construction firm capable of providing renovation to the existing Helipad. The renovation will consist of repairs to the cracked and spalled Helipad. The lighting and markings are in need of replacement due to outdated construction standards not meeting FAA requirements. Tie downs are in poor condition and are inaccessible because of accumulation of dirt and vegetation. The failed surface poses safety concerns and potential damage to the aircraft. The upgraded helipad will comply with applicable helipad pavement requirements. The anticipated period of performance is 150 calendar days. Work will be conducted during regular working hours (7:00am to 4:30pm). No holiday work is anticipated. The contractor shall provide all necessary planning, programming, administration, management and oversight, labor, materials, and equipment necessary to execute all facets of work for construction and related services. The work shall be conducted by the Contractor in accordance with the contract terms and conditions and all applicable Federal, State, local laws, regulations, codes and directives. The Contractor shall ensure that all work provided meets the critical reliability rates or tolerances to be specified in the statement of work. The Contractor shall provide deliverables to be specified in the construction contract. The magnitude of construction for this effort is estimated between $ 500,000.00 and $1,000,000.00. The applicable NAICS code is 236220, Commercial and Institutional Building Construction. Contractors will be required to submit bonding documents prior to award. The Government intends to award a single contract to the responsible offeror whose proposal conforms to the solicitation, is determined fair and reasonable, and offers the best overall value to the Government as determined through an invitation for bid (IFB) process in accordance with FAR Part 9.1 procedures, Responsible Prospective Contractors. The solicitation and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website (https://www.fbo.gov) on or about May 25, 2019. The solicitation will be available in electronic format only. Telephone calls or written requests for the solicitation package will NOT be accepted. Prospective Offerors are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.