Repair Interior Bldg 631
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: Aug 10, 2022 09:01 am CDT
- Original Published Date: Aug 01, 2022 03:02 pm CDT
- Updated Date Offers Due: Aug 31, 2022 10:00 am CDT
- Original Date Offers Due: Aug 31, 2022 10:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 15, 2022
- Original Inactive Date: Sep 15, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Saint Paul , MN 55111USA
Description
Document Type: Solicitation Notice
Solicitation Number: W912LM-22-R-1005
Classification Code Y – Construction of Structures and facilities
NAICS Code: 236220- Commercial and Institutional Building Construction
The 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 the following for B631 the removal of wallpaper, treat and prep walls for paint, remove and replace all gypsum ceiling in the bathrooms, remove and replace lavatories, urinals, dividers and fixtures, remove and replace sink countertops, remove and replace all tile (walls and floor) on bathrooms to include showers, remove and replace all light fixtures with LED fixture to include emergency lights and “EXIT” signs, and Remove and replace four (4) hot water entryway heaters. Comply with drawings and specifications.
The Magnitude of this project is between $500,000.00 and $1,000,000.00. Construction/contract completion time is 90 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 date for the pre-proposal conference is on 9 Aug 2022, 10:00AM local time at the 133d AW Minneapolis 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@army.mil.
The solicitation closing date is scheduled for 31 Aug 2022 at 10:00AM CST. 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.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.SAM.gov. SAM is a web- based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with SAM before accessing the system.
Bidders/Offerors cannot log into the 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 SAM for electronic downloading, the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to 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 133rd Air Wing, Air National Guard Base, 614 Militia Drive, St. Paul, MN 55111.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR MNARNG DO NOT DELETE 15000 HWY 115 CAMP RIPLEY
- LITTLE FALLS , MN 56345-4173
- USA
Primary Point of Contact
- Drue Glaze
- drue.l.glaze.mil@army.mil
- Phone Number 3206162752
Secondary Point of Contact
History
- Sep 15, 2022 10:56 pm CDTSolicitation (Updated)
- Aug 15, 2022 02:05 pm CDTSolicitation (Updated)
- Aug 10, 2022 09:01 am CDTSolicitation (Updated)
- Aug 09, 2022 10:10 am CDTSolicitation (Updated)
- Aug 02, 2022 02:17 pm CDTSolicitation (Updated)
- Aug 01, 2022 03:02 pm CDTSolicitation (Original)
- Jul 22, 2022 10:55 pm CDTPresolicitation (Original)