Small Arms Range

expired opportunity(Expired)
From: Federal Government(Federal)
W912LM-21-R-1001

Basic Details

started - 09 Mar, 2021 (about 3 years ago)

Start Date

09 Mar, 2021 (about 3 years ago)
due - 19 Mar, 2021 (about 3 years ago)

Due Date

19 Mar, 2021 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912LM-21-R-1001

Identifier

W912LM-21-R-1001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706009)DEPT OF THE ARMY (132715)NGB (17451)W7NG USPFO ACTIVITY MN ARNG (364)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Document Type: Pre-solicitation NoticeSolicitation Number: W912LM-21-R-1001Classification Code Y – Construction of Structures and facilitiesSet Aside: N/ANAICS Code: 236220- Commercial and Institutional Building ConstructionThe USPFO for Minnesota intends to issue intends to issue a Request for Proposal (RFP) 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 perform and complete the Small Arms Range, Which consists of consists of a manufactured “containerized” small arms range and conventionally constructed CATM facility. The CATM facility will be attached to the firing range. Scope includes all site work, utilities, structural, architectural, mechanical and electrical systems necessary to support the CATM facility and firing range. Comply with drawings and specifications. Ther will be options for site work, Finishes, Casework and Specialities,
Building ID Sign, & two Additional LanesThe Magnitude of this project is between $5,000,000.00 and $10,000,000.00. Construction/contract completion time is 360 days after notice to proceed to include inspection and punch list.The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million. This action is being procured on and Small Business Set-aside basis. The tentative date for issuing the solicitation is on-or about 2 March 2021. The tentative date for the pre-proposal conference is on-or about 17 March 2021, 10:00AM local time at the 148th FW Duluth ANG Base, Minnesota. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted three days prior to the solicitation closing via email (preferred) to drue.l.glaze.mil@mail.mil.The solicitation closing date is scheduled for on-or about 3 April 2021. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Best Value Past Performance and Price. The Government intends to award without discussions.Interested offerors must be registered in the System for Award Management (SAM).  To register go to www.beta.sam.gov.  You will need your DUNS number register.  Instructions for registering are on the web page (there is no fee for registration).  Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA.  See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate.The solicitation and associated information and the plans and specifications will be available only from the beta.SAM.gov website on-line at www.beta.SAM.gov. beta.SAM is a web- based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with beta.SAM before accessing the system.Bidders/Offerors cannot log into the beta.SAM home page and search for data. This solicitation is not an invitation for bids and there will not be a formal public bid opening.DISCLAIMER: The official plans and specifications will be located on posted to beta.SAM for electronic downloading, the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to beta.SAM 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. Place of performance will be at the Duluth National Guard Base, MN.

Duluth ,
 MN  55811  USALocation

Place Of Performance : N/A

Country : United StatesState : MinnesotaCity : Duluth

You may also like

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z1EBMAINTENANCE OF MAINTENANCE BUILDINGS