BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a military facility in Spring Creek, Nevada. Completed plans call for the renovation of a military facility.

The Federal Aviation Administration (FAA), AAQ-5A0 has a requirement a to provide all labor, tools, equipment, materials, transportation, clean up, and supervision required for Tile Abatement & Carpeting Project located at the Elko (EKO) Remote Control Air/Control Communication Facility (RCAG), Elko, NV, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors . PERIOD OF PERFORMANCE: The projected performance period for this contract shall begin within 5 days of Notice to Proceed (NTP) and be completed within 14 days. For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 562910- Remediation Services and the small business size standard is $25 million. This requirement will be set-aside and the Government intends to award a single firm fixed priced contract based upon this Request For Proposal (RFP), in accordance with AMS Policy 3.6.1.3.4 Set-Asides to Small Businesses Owned and Controlled by Socially and Economically Disadvantaged Individuals (8(a) Certified), Service-Disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Business, Women Owned Small Business, and Economically Disadvantaged Women-Owned Small Businesses, which requires procurements with an anticipated dollar value exceeding $10,000, but not over $250,000 to be automatically reserved, set- aside and awarded to businesses within the aforementioned socioeconomic categories. SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Offerors are urged and expected to inspect to gain a thorough understanding of Site Conditions and Scope of Work that are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the Site constitute grounds for a dispute after contract award. Therefore, a Site Visit has been scheduled for Monday, 24 June 2024 at 10am Local Time. To coordinate your attendance for the scheduled Site Visit please forward your list of attendees at least one day prior to the Scheduled Site Visit to the POC noted below: Hanson L. Nguyen Hanson.L.Nguyen@faa.gov Telephone: (425)919-6589 Note: For Site Visit attendance all attendees will meet Mr. Hanson Nguyen at Maverik Adventure's First Stop gas station near the base of Elko Mountain, the address is 117 Boyd- Kennedy Rd, Spring Creed, NV 89815 @10AM PDT.. Only four Vehicles can be accommodated for parking on the Site. It is recommended that attendees plan to commute to the Site in the same vehicle. Each company will only be allowed 1 vehicle. It is imperative that all interested Offerors contact Site POC Hanson Nguyen with its list of attendees right away but not later than Friday, 21 June 2024@ 12PM PDT, due to limited capacity. Information provided at the Site Visit, as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process. Notice: To be considered for award of this project, the contractor MUST have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award. When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section). Proposal due date: 8 July 2024- NLT 5:00 PM Eastern Daylight Time Submissions MUST be submitted via electronic email copy only to regina.singleton@faa.gov. Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. Please refer all questions in "writing" only to regina.singleton@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR up to 28 June 2024- 5:00pm Eastern Daylight Time. Responses to questions will not necessarily change the date proposals are to be received. Offerors must submit all questions and comments via E-Mail to regina.singleton@faa.gov, questions submitted via phone call will not be answered. The FAA will respond publicly in writing within five (5) business days on the SAM.gov website to all potential Offerors. Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified. This RFP 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 requested proposal documentation. For informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. Estimated Project Cost Magnitude is between 50,000 and $100,000.00 *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. Furnish all labor, materials, equipment, transportation, insurance, notifications, licenses, permits, fees and supervision necessary for the Tile Abatement & Carpeting Project located at the Elko (EKO) Remote Control Air/Control Communication Facility (RCAG), Elko, NV in accordance with all contract clauses, Statement of Work (SOW) and Department of Labor Wage Rates shown in Section J.

Post-Bid

Military

$100,000.00

Public - Federal

Renovation

6

10

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
1
Active Projects
0
Bidding Soon
22
All Active Projects
12
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

July 8, 2024

August 7, 2024

img_map_placeholder

117 Boyd-Kennedy Rd, Spring Creek, NV

The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.