Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2025 SAM #8572
SOLICITATION NOTICE

Z -- Emergent Requirements Construction IDIQ (Single-Award)

Notice Date
5/14/2025 11:27:18 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NJ USPFO ACTIVITY MOANG 131 SAINT LOUIS MO 63125-4117 USA
 
ZIP Code
63125-4117
 
Solicitation Number
W50S8K25RA002
 
Archive Date
06/02/2025
 
Point of Contact
MSgt Joe Bernier, Phone: 3145278033, SMSgt Mark Phillips, Phone: 3145278031
 
E-Mail Address
joseph.bernier.1@us.af.mil, mark.phillips.18@us.af.mil
(joseph.bernier.1@us.af.mil, mark.phillips.18@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 131st Mission Support Group contracting office intends to issue a Request for Proposal (RFP) to award a single indefinite delivery indefinite quantity (IDIQ) for maintenance, repair, and construction at Jefferson Barracks Air National Guard Station, St. Louis, Missouri. The intent of this IDIQ is to provide an efficient ordering vehicle for the 131st Civil Engineer Squadron (CES) in clearing backlogged small repair projects in the $2,000 - $10,000 range. Anticipated projects include an assortment of small roof repairs, window and door repair/replacements, painting, flooring, and minor plumbing, electrical, HVAC, and concrete/asphalt repair projects. Additionally, the IDIQ will provide for ordering of emergency repair services in response to storm caused or other facility damage to prevent further damage to facilities. The IDIQ will primarily utilize joint scoping for development of task order Statements of Work. At the site visit, including for the seed project, the Government will provide an intent for the project, budget limitations, desired schedule, and any special facility requirements. Development of task order Statements of Work will be the contractor�s responsibility and a required submission for each task order proposal. All work will be in accordance with individual task order requirements and base contract general conditions. It should be noted that most task orders under this contract will be for sustainment, repair and maintenance (SRM) projects under $10,000. The North American Industry Classification System (NAICS) code for this solicitation is 236220 with a small business size standard of $45 million. This is a total small-business set-aside. All responsible firms may submit an offer. The anticipated contract will have a five-calendar year ordering period. The total of individual task orders placed against the IDIQ shall not exceed $250,000.00. A pre-proposal conference and site visit for the seed project will be scheduled in June 2025. Dates for registering for the conference will be available in the solicitation. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the installations. Because of the joint scoping process, project specifications will not be posted. It is anticipated that the solicitation will be available on or about 2 June 2025. Actual dates and times will be identified in the solicitation. The solicitation and associated information will only be available from the Contract Opportunities page at SAM.gov. Proposals will be evaluated in accordance with FAR 13.106-2 using a comparative evaluation of price and non-price factors based on direct comparison of proposals. Negotiations with one, some, or no offerors may be conducted at the Contracting Officer�s discretion. The formal evaluation procedures of FAR subpart 15.3 will not be used. This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the people specified in the solicitation. All answers will be provided in writing via posting to SAM.gov. If you have any questions concerning this procurement you are encouraged to email your questions to MSgt Joe Bernier at joseph.bernier.1@us.af.mil. In accordance with FAR 36.211(b), the following information is provided (1) The National Guard has no agency-specific policies or procedures applicable to the definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. (2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change order under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements. DISCLAIMER: The official solicitation and attachments will only be posted to SAM.gov and the Government is not liable for information furnished by any other source. If you are accessing this notice via a third-part non-Government website, you may not be seeing all available project information or attachments. Amendments, if/when issued will be posted to SAM.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the contractor�s responsibility to check the website periodically for any amendments to the solicitation. Ensure you are viewing the latest version of the notice (see �History� section at bottom of webpage). Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for a contractor�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9e348e1649f42b1877e3accdbefd648/view)
 
Place of Performance
Address: MO 63125, USA
Zip Code: 63125
Country: USA
 
Record
SN07442790-F 20250516/250514230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.