Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912QR19B0011
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bids (IFB) W912QR19B0011 for the Patrick AFB Building 750 Repair Concrete Apron project, Patrick AFB, FL...
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bids (IFB) W912QR19B0011 for the Patrick AFB Building 750 Repair Concrete Apron project, Patrick AFB, FL. The proposed project is to repair up to 63,000 SY of Concrete Apron around hangars 750 and 751 at Patrick AFB, FL on time and within budget. Scope includes full depth replacement of concrete apron and replacement of existing storm water drainage. The Contract Duration is three hundred sixty-five (365) calendar days form Contract Notice to Proceed. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237310 - Highway, Street, and Bridge Construction. TYPE OF SET-ASIDE: This acquisition will be a Total Small Business Set-Aside competitive procurement. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 17 July 2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will 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. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Josh Gitchel, Contract Specialist, joshua.gitchel@usace.army.mil. SELECTION PROCESS: This is a sealed bid FAR PART 14 procurement. The bids will be evaluated based on lowest price submitted. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.