ZUA Facility Carpeting Improvements "BIL FUNDED"
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Jan 28, 2025 10:00 am CST
- Original Published Date: Jan 02, 2025 02:11 pm CST
- Updated Date Offers Due: Jan 31, 2025 05:00 pm CST
- Original Date Offers Due: Jan 31, 2025 05:00 pm CST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 15, 2025
- Original Inactive Date: Feb 15, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Barrigada , GU 96913USA
Description
01/28/2025 Site Walk Info
Notes and Additional Information from the Site Walk
________________________________________________________________________________________________________
Amendment 0001 posted on 08 January 2025
See formal SF30 Amendment titled "6973GH-25-R-00069 Amendment 0001" in the attachments/links section. This amendment makes changes to the solicitation as detailed on page 1 of the amendment which states:
The purpose of Amendment 0001 is to do the following:
1) Change the Date for the site visit from 14 January 2025 to 15 January 2025
2) The close date is not extended.
3) All other terms and conditions remain unchanged and in full force and effect.
All offerors are required to acknowledge amendment 0001 on page 2 of the SIR or provide a signed copy of the amendment (SF30) with their bid submission. If this amendment is not acknowledged or signed, the bid will be considered non-responsive.
Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS).
________________________________________________________________________________________________________
Original Posting
The Federal Aviation Administration (FAA) has a requirement for the removal of the carpet floor and wall cover bases and replacing carpet in the administrative wing and in the telco and electronic equipment room at the Federal Aviation Administration (FAA) Enroute facility, Guam Combined Center Radar Approach (ZUA).
It is anticipated that a stand-alone contract with Firm Fixed-Price pricing arrangement will be awarded as a result of this solicitation. The NAICS code applicable to this requirement is 236220. The business size standard for this NAICS is $45M.
Contractors must be registered with the System for Award Management (SAM,) www.sam.gov on the date established for receipt of offers. Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." The FAA reserves the right to review and verify each offerors program eligibility. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals.
This project is intended to be funded by the Bipartisan Infrastructure Law (BIL). As such this project will be subject to associated FAA reporting requirements. If a contract is awarded, the contractor will be responsible for associated reporting requirements on a quarterly basis and prior to final payment per the associated contract clause AMS 3.18-1 Bipartisan Infrastructure Law – Reporting Requirements (October 2022) that will be included in any resulting solicitation and contract. A copy of this clause and report form titled “Uniform Bipartisan Infrastructure Law (BIL) Data Report” are available in the attachments of this announcement.
All questions regarding the project/specifications/plans must be received in writing to Samantha.A.Pearce@faa.gov no later than 3:00 p.m. CDT, 5 calendar days prior to the date set for receipt of offers to allow for responses to be provided prior to due date for receipt of proposals.
Per 3.2.2.3-63 SITE VISIT (CONSTRUCTION)(JUL 2004), a site visit is scheduled for 14 January 2025 at 1300 (Guam Time) at 1775 Admiral Sherman Blvd., Barrigada, Guam 96913. POC: Michael Carrandang at 6716837273 or Michael.Carandang@faa.gov and David Washino at 2025547774 or David.W-CTR.Washino@faa.gov.
Provide the name of attendees to the Contracting Officer four (4) days prior to Site Visit. Attendees are required to perform a self-wellness check prior to arriving and social distance while on-site when possible.
Any responses received after the time specified may not be considered in accordance with AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible.
Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). You can learn more about the FAA’s acquisition process at the following link:
https://fast.faa.gov/PPG_Procurement.cfm.
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
- OKLAHOMA CITY , OK 73125
- USA
Primary Point of Contact
- Samantha Pearce
- samantha.a.pearce@faa.gov
- Phone Number 4059547739