Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FEMAREGION1RFQ
FEMA Region 1 has identified a need to reconfigure the telecommunication and power cabling from the 190' Rohn Model-80 guyed Public Safety Tower (PST) located at FEMA's facility in Maynard, MA 01754. ...
FEMA Region 1 has identified a need to reconfigure the telecommunication and power cabling from the 190' Rohn Model-80 guyed Public Safety Tower (PST) located at FEMA's facility in Maynard, MA 01754. The cabling is routed down one leg of the tower and feeds into one (1) of four (4) plastic conduit tunnels which proceeds underground into the concrete bulkhead. The concrete bulkhead is currently protected by the wooden shed which is in close proximity to the Public Safety Tower. Please refer to the attached documents which specifically outlines FEMA's requirement. Questions and Answers for this project are due June 20,2019 05:00 PM EST. All formal proposals will be due June 27,2019 05:00 PM EST. All proposals must be submitted via email to: Christopher.Kelly@fema.dhs.gov. Please review the revised documents attached regarding the project. The contractor shall provide all plant, supervision, labor, materials, equipment, supplies and transportation necessary to complete this scope of work. All work shall comply with applicable state, local, and federal laws and regulations, industry and construction codes and standards, manufacturer's specifications and recommendations, and all contract special provisions, terms and conditions. This RFP has been set aside for small businesses under NAICS Code: 237130- Power and Communication Line and related structures construction- Size Standard: $36,500,000.00. In Accordance with FAR 36.204- Disclosure of the magnitude of construction projects, the magnitude of this project is estimated between $25,000 and $100,000. Requirements: In accordance with FAR 28.102-Performance and Payment bonds and alternative payment protections for construction contracts the awarding vendor must submit one (1) of the following prior to the start of the contract. Payment bond, Irrevocable letter of credit (ILC), tripartite escrow agreement, or a certificate of deposit (CD) in 100% of the original contract amount. This requirement is being awarded under a best value (BV) approach. All offerors must submit a 1-2 -age technical approach, and detailed pricing. Wage Determination: General Decision Number MA 190001 dated 05/17/2019 MA1 superseded General Decision Number: MA20180001 Construction Type: Building is applicable for this award All contractors have to be registered in SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 5.207. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals.