Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

Z -- Wake Island (WI) B.1120 Restoration

Notice Date
6/30/2025 3:36:19 PM
 
Notice Type
Presolicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
 
ZIP Code
96860-4928
 
Solicitation Number
30Jun25AK
 
Response Due
7/10/2025 3:35:00 PM
 
Archive Date
07/11/2025
 
Point of Contact
Christie Moyer
 
E-Mail Address
christie.moyer@us.af.mil
(christie.moyer@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Synopsis Project Summary Description: This project is for a firm-fixed price contract. This requirement will be solicited on a Competitive Section 8(a) basis. The work of this project is defined by the contract documents. The project includes but is not limited to the following: The Contractor will be tasked with providing performance-based Wake Island (WI) building 1120 repair/restoration service and replace the existing components as outlined with the Performance Work Statement to ensure usability of the building. The location of the performance is WI. The contractor will provide all management, supervision, labor, materials, supplies, repair/replacement components, tools, and shall plan, schedule, coordinate the completion of all work/services specified in the Statement of Work (SOW). All repair/restoration equipment shall be conducted at the highest levels of efficiency compatible with the current nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal and local laws, and regulations. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: National Fire Prevention Association (NFPA), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA). The Request for Proposal (RFP)/solicitation is anticipated to be issued on or about 31 July 2025. Offers will be due on or about 30 calendar days later. The actual date of receipt for proposals will be stated on the solicitation. No public bid opening procedures are applicable for this solicitation. Contractors must be registered & current in SAM.gov prior to providing a proposal and shall continue to be registered until the time of the award, during performance, and through final payment of any contract. After award, the successful offeror will be given a written Notice to Proceed and shall provide contractual services for a one-year period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about 5 Sep 25. This procurement is open to only Section 8(a) business concerns with the below NAICS. The North American Industry Classification System (NAICS) code is 238390 with a size standard of $19.0 million. The PSC is Z2JZ. This requirement is Lowest Price Technically Acceptable (LPTA). There is no action code or solicitation number associated with this requirement to date. The contracting office zip code is 99506 (Please note this is not the same zip as the place of performance). Any questions regarding this notification should be directed to the Contracting Specialist, Christie Moyer at christie.moyer@us.af.mil. ?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2893e172bb7a41b0a2205ffb206202df/view)
 
Place of Performance
Address: 79, USA
Country: USA
 
Record
SN07493564-F 20250702/250630230044 (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.