Florida Bids > Bid Detail

Parking Lot Improvements

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159790409222389
Posted Date: Jan 26, 2023
Due Date: Feb 10, 2023
Solicitation No: FA4819
Source: https://sam.gov/opp/0390cd618f...
Follow
Parking Lot Improvements
Active
Contract Opportunity
Notice ID
FA4819
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4819 325 CONS PKP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 26, 2023 04:41 pm CST
  • Original Response Date: Feb 10, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2LZ - REPAIR OR ALTERATION OF PARKING FACILITIES
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Tyndall AFB , FL 32403
    USA
Description

TITLE: B729 Parking Lot Improvements, Tyndall AFB, FL



This is the official solicitation synopsis for the B729 Parking Lot Improvements contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price contract.



The Contractor shall be responsible for all professional services, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the Statement of Work (SOW). The performed tasks shall be based on the project description, other data furnished in this SOW, and information covered during a pre-construction/criteria review meeting to be held prior to Contractor mobilization. The SOW sets forth the requirements for a Request for Proposal (RFP) contract site specific construction effort for the B729 Parking Lot Improvements located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: Unified Facilities Criteria (UFC) 3-250-01, UFC 3-250-03, UFC 3-600-01, United States Army Corps of Engineers, Uniform Building Code (UBC), those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area, Air Force Standards, Department of Defense (DOD) Directives, Florida State Statutes, Florida Department of Transportation (FDOT), the Tyndall AFB Facility Excellence Plan (Base Regulations), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA) Requirements, Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, and any related Americans with Disabilities Act (ADA) Compliance Requirements. If there is a conflict between these codes, regulations and specifications, the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. The contractor shall also perform the required services in accordance with the SOW, applicable Construction Wage Rate, and all other contract terms and conditions.



All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 237310, will apply to this acquisition. The size standard for this NAICS code is $45.0M. This requirement is being solicited as a Service-Disabled Veteran Owned Small Business set aside. In accordance with FAR 36.204(c), the magnitude for this project is between $100,000 and $250,000.



The period of performance is for 90 calendar days total for design and build after notice to proceed. All work shall be in strict compliance with the specifications of the contract.



The successful offeror will be selected using Lowest Price Technically Acceptable (LPTA) source selection procedure. It is anticipated that the solicitation will be issued electronically on or about 13 February 2023, on the SAM web page. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe).



The government visit intends to hold a site. The exact date and time will be identified in the solicitation. Anyone interested in attending the site visit must email kristin.little.2@us.af.mil and 325CONS.Construction@us.af.mil in order to be placed on the Entry Authorization List no later than 0900 hours ten days prior to the site visit. Potential offerors are limited to two people per contractor. The entire RFP will be made available only on the SAM website, www.sam.gov. Potential offerors are responsible for monitoring this site for the release of this document and subsequent amendments. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). If necessary, register via the SAM website www.sam.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of SAM. No offeror’s mailing list will be maintained.

Any questions regarding this notice should be directed to the 325th Contracting Construction Flight at 325CONS.Construction@us.af.mil and kristin.little.2@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 36235 CP 850-283-8643 105 MISSISSIPPI RD
  • TYNDALL AFB , FL 32403-5521
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2023 04:41 pm CSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >