Minnesota Bids > Bid Detail

Minneapolis Air Reserve Station, Build 760 Premise Rewiring

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159874343824265
Posted Date: Sep 6, 2023
Due Date: Sep 12, 2023
Solicitation No: FA663323B0001
Source: https://sam.gov/opp/535add941b...
Follow
Minneapolis Air Reserve Station, Build 760 Premise Rewiring
Active
Contract Opportunity
Notice ID
FA663323B0001
Related Notice
FA663323RA003
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6633 934 AW PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 06, 2023 04:40 pm EDT
  • Original Published Date: Aug 10, 2023 09:41 am EDT
  • Updated Date Offers Due: Sep 12, 2023 10:00 am EDT
  • Original Date Offers Due: Sep 11, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 27, 2023
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: N059 - INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Minneapolis , MN 55450
    USA
Description View Changes

Amendment 02 to Invitation for Bid (IFB) FA663323B0001, Premise Wiring, Building 760, 934th Airlift Wing, Minneapolis Minnesota



All bidders must acknoledge all Ammendments in accordance with the procedures in the terms and conditins of the solicitation. Ammendment includes the following:



Minor revisions to SOO and drawings reflecting a descope in work, specifically paragraph 3.2.6 of the SOO and associated drawings. As a result, the submission date was changed.



Please see the attached documents for changes. Also attached are the meeting minutes form the schedule site visit on 22 August 2023, and a resulting governemnt only discussion and the outcome.



Invitation for Bid (IFB) – Premise Wiring, Building 760, 934th Airlift Wing, Minneapolis Minnesota



This is an Invitation for Bid for solicitation FA663323B0001, (ref FA663323R0003) in accordance with the attached Statement of Objective (SOO), all applicable drawings/plans, and terms and conditions of the solicitation requirements. All questions must be submitted in writing to the Contracting Officer (CO) and Contract Specialist (CS) for official response in accordance with the required solicitation procedures. Your bid must be valid for 30 days from Bid Opening.



This acquisition is being solicited pursuant to FAR Subpart 6.205; and will be conducted as a Historically Underutilized Business Zones (HUBZones) set aside.



The Government intends to award a single Firm-Fixed Price award for the subject project. Please submit your priced bid accordingly. For selection, the Government will evaluate each bid in accordance with the procedures specified in FAR Part 14 Sealed Bidding and select the bid that represents the best value to the Government. The bids are intended to be evaluated, and award made without discussions with the offerors.



The award will be made to the offer that represents the Lowest Price bid in response to the Governments invitation. Offerors are reminded they must comply with the Buy American Act requirements.



934 CONK/PK requests your firm submit your bid package and all information required by this IFB no later than the date and time specified on the solicitation Form, 1442, Block 13a. Bids are to be sent to the following address:



Mailed bids (USPS, FedEx, UPS, DHL, etc.) or Hand-Delivery



934 CONF/PK



Attn: Ms. Jayme Mortensen or Ms. Sharon Frank-Scheierl



760 Military Highway Bldg 729



Minneapolis, MN 55450-2100





The magnitude of construction for this project is between $250,000 and $500,000.



Address, in writing, all technical and contractual questions to the Contract Specialist, Jayme Mortensen, jayme.mortensen.2@us.af.mil. All technical and contractual questions must be copied to the Contracting Officer (CO), Sharon Frank-Scheierl, sharon.frank-scheierl.2@us.af.mil. Contractors shall submit these questions for the purpose of eliminating contractor assumptions and exceptions as part of their bid. Questions must be submitted in writing to the Contracting Officer and Contract Specialist for official response prior to dates identified in the solicitation documents.



If the bidder believes that the requirements set forth within these instructions contain an error, omission, or are otherwise unsound, the bidder shall immediately notify the Government POC’s in writing with supporting rationale.



The desired Period of Performance (PoP) from issuance of the notice to proceed is 90 calendar days.



Performance and Payment Bonds shall be required and in accordance with FAR provision 52.228-15 -- Performance and Payment Bonds -- Construction, the Contractor shall furnish the Performance and Payment Bonds to the CO not later than 10 days after receipt of the notice of award.



The applicable Wage Determination required by this IFB is Hennepin County, Minnesota.



To assure timely and equitable evaluation of bids, bidders must follow the instructions contained herein. Bidders are required to meet any and all IFB requirements, including terms and conditions, representations and certificates, and technical requirements. Failure to meet any requirement may result in a bid being deemed ineligible for award based on non-responsiveness to the IFB Instructions.



Evaluation Method: The Contracting Officer will comply with procedures specified in the basic contract to ensure that fair opportunity is considered in placement of this task order. The award will be made in accordance FAR Part 14 Sealed Bidding procedures. The award will be made to the potential low bidder in accordance with section M of the solicitation package.



In accordance with FAR 14.101(e) and FAR 14.408-1(a) (3), an award will be made with reasonable promptness to that responsible bidder whose bid, conforming to the IFB, will be most advantageous to the Government, considering only the Total Evaluated Bid Price.



If this IFB is amended, all terms and conditions that are not amended remain unchanged. The bidder shall acknowledge receipt of any amendment to this request by the date and time specified in the amendment(s).



Elaborate brochures or documentation, binding, detailed artwork, and other embellishments are not required nor desired by the Government for the purpose of adequately responding to this IFB.



Identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest.



Bid opening shall take place in Building 729 at 934th CONF/PK, Minneapolis, MN in the Conference Room on 12 September 2023. The doors will be closed at exactly 9:00 AM CST and all bids received will be opened at that time. The official time will be derived from the US Naval Observatory, which serves as the official source of time for the U.S. Department of Defense and a standard of time for the entire United States.



Oral presentations/bids will not be allowed.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 612 713 1430 760 MILITARY HWY BLDG 729
  • MINNEAPOLIS , MN 55450-2100
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >