Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91242-19-B-5009
The 145th Airlift Wing in Charlotte, NC intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, mate...
The 145th Airlift Wing in Charlotte, NC intends to issue an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to repair multiple facilities. This project includes but is not limited to: Install ductless heat pump/connect to base Direct Digital Control (DDC) system Replace roll-up door Install/re-locate office doors Install demountable partitions/various electrical work Install cantilever gate OPTIONS: Options will be used for this project in addition to the previous work described. There will be one (1) option contract line item number (CLIN): CLIN 0005: Reconfigure Bldg. 2 The contract duration is 120 days after issuance of notice to proceed (NTP). This project is set aside 100% for Small Business contractors. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $36,500,000. The magnitude of this project is between $100,000.00 and $250,000.00. As a result of this solicitation, the Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price. The Government will determine the apparent low bidder in accordance with the procedure described in FAR 52.217-5 Evaluation of Options. Prior to award, to establish its responsibility, the apparent low bidder will be requested by the Government to submit a statement regarding his previous experience in performing comparable work, business and technical organization, financial and bonding resources, resources available to be used in performing the work, etc. (this is not an all-inclusive list). See FAR Part 9.1 for more information. The tentative date for issuing the solicitation is on-or about Thursday 20 June 2019. The tentative date for the pre-bid conference/site visit is on-or about Thursday 27 June 2019, 9:00AM EST. Pre-bid conference and site visit registration and base access requirements are shown in the solicitation. The bid opening date is scheduled for on-or about Tuesday 23 July 2019. Actual dates and times will be identified in the solicitation. Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website online at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.