Similar Projects
D3 Head Start Fence Lake Lena
Infrastructure
Sub-Bidding
$20,000 CJ est. value
Sandstone, MN 55072

DNR1 Pillsbury State Forest Fencing
Alteration
Post-Bid
Bemidji, MN

Electric Fence Materials
Alteration
Post-Bid
Saint Paul, MN

Moose Railing Repairs, Signage and Brackets
Results
$25,001 to $50,000 est. value
Apple Valley, MN 55124

Spring Lake Park Reserve Bison Range - BP #1 Fence & Electrical
Results
Rosemount, MN 55068

Trash Enclosures Replacement and Site Improvement
New Construction, Infrastructure, Alteration
Post-Bid
Saint Paul, MN 55130

SLPR Bison Range - BP-1 Fencing
Alteration
Results
$400,000 est. value
Rosemount, MN 55068

Twin Cities Habitat For Humanity Fencing
Infrastructure
Post-Bid
Saint Paul, MN

Field House Netting and Column Pads
Alteration
Results
Worthington, MN

Minneapolis Solar - Columbia Heights Southeast
Alteration
Post-Bid
Columbia Heights, MN 55421

Wastewater Facility Improvements
Infrastructure, Alteration
Results
Saint Leo, MN

DNR R4 String Lakes WMA Fence Removal
Alteration
Post-Bid
Windom, MN

Dred Scott Playfields Protection Netting Replacement
Alteration
Results
Bloomington, MN 55438

Camden Gate Operator Installation
Alteration
Post-Bid
Minneapolis, MN

Grading, Full Depth Reclamation, Bituminous Mill and Surfacing, and Snow Fence
Infrastructure, Alteration
Results
MN

Last Updated 09/02/2022 11:07 AM
Project Title

Replace Flooring at the 148th

Physical Address View project details and contacts
City, State (County) Duluth, MN 55811   (Saint Louis County)
Category(s) Single Trades
Sub-Category(s) Fencing
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Project No. FMKM222005 The USPFO for Minnesota is soliciting this Request for Proposal (RFP) to aw ard a single Firm Fixed Price Contract for Reapairs to Flooring in Bldgs B211, B212 B250, B385 Project #FMKM222005 at the ANG 148th FW, Duluth Air Force Base, Minnesota. This project is solicited as a Small Business Set-Aside. The NAICS is 236220, Business size standard is $39.5 Million averaged annual receipts for the past 3 years. The magnitude of this project is betw een $250,000.00 and $500,000.00. A Pre-Proposal Conference is scheduled for 16 Aug 2022 at 10:00 a.m. CST at the 148th FW, Duluth Air Force Base, at the Base Civil Engineer's Conference Room, 4630 Mustang Drive,Minnesota. A site visit to the actual location of the project w ill follow COVID 19 measures w ill be follow ed and maintained. See FAR Clause 52.236-27 ALT I. Funds are not presently available for this contract. Aw ard w ill be made to the offeror w ho represents the best value to the Government as outlined in accordance w ith the criteria set forth w ithin the solicitation. SCOPE 1.1. You are invited to submit a proposal in response to our Request for Proposal W912LM-22-R-1008 for Project No. FMKM222005 Repair Flooring B211, B212, B250, B385 at the Air National Guard Base in Duluth. As a result of this solicitation, the Government intends to award a single Firm Fixed Price (FFP) contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. 1.2. This solicitation is set-aside 100% for small businesses. 2. NOTICE OF PRE-PROPOSAL CONFERENCE 2.1. A pre-proposal conference will be conducted on 16 Aug 2022 at 10 AM CST for the purposes of briefing on the proposal requirements and answering questions regarding this solicitation. This conference will be held at the 148th Fighter Wing 4630 Mustang Dr. in Duluth MN 55811. Interested Contractors are highly encouraged to attend the pre-proposal conference. The site visit will be held following the conference. 2.2. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following Form 66 for all attendees to benjamin.hayes.6@us.af.mil & drue.l.glaze.mil@army.mil. 2.3. This information must be provided in advance, not later than 3 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. 2.4. Visitors must pick up their passes at the Installation's Main Entry Gate prior to arrival. You may be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver's License, (3) Proof of Insurance for Vehicle. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. 2.5. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. 2.6. A record of the conference shall be made and furnished to all prospective offerors via posting to www.SAM.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. 3. FORMAL COMMUNICATION, OFFEROR EXPLANATIONS 3.1. Submit all questions via email to the contracting specialist at the address shown below. Do NOT contact the A-E or Engineering personnel directly. Doing so will only delay the response to your question. Subject Line: Reference No. W912LM-22-R-1008 Email: drue.l.glaze.mil@ mail.mil & luke.d.thomsen.mil@mail.mil The Contracting Officer reserves the right to address questions received after the fifth day prior to solicitation closing with those offers deemed compliant and/or in the competitive range after closing. All questions and requests for information (RFI) must be received NOT LATER THAN the fifth working day prior to closing and will be posted not later than two working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 32 - Exterior Improvements, Fences and Gates.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents