Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

August 25, 2023

September 25, 2023

No Information to Display

12 Feinburg St

Renovation

No Information to Display

$200,000.00

Public - Federal

img_map_placeholder

12 Feinburg St, Devens, MA

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe to View Full Documents

All questions regarding this solicitation shall in writing and submitted via email to James Clark, Contract Specialist at James.E.Clark773.civ@army.mil and Jasmyne C. Peterson, Contracting Officer at Jasmyne.C.Peterson.civ@army.mil no later than 10:00AM EST on WEDNESDAY, 9 AUGUST 2023. The purpose of this solicitation is to procure safety padding replacement for the 20 obstacle Facility 5 training course on behalf of the United States Army Garrison (USAG), Reserve Forces Training Area (RFTA), Fort Devens, Massachusetts. The replacement of the safety padding for the Facility 5 obstacle training course will be performed at the Installation PBO - WHSE Building 3574, 12 Feinberg Street, Devens, MA 01434-4429. The Government intends to award a single, firm-fixed-price (FFP) contract. The anticipated delivery and installation date of the safety padding shall be 30 days from contract award. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to www.SAM.gov. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors -- Commercial Items" and FAR 52.212-1, Addendum for additional information. See FAR Clause 52.212-2, "Evaluation -- Commercial Items" and FAR 52.212-2, Addendum for basis of award, evaluation criteria and additional information. A Site Visit is available upon request. All requests shall be submitted via email to the Contract Specialist at James.E.Clark773.civ@army.mil and the Site Vistor POC; Daniel Sanchez at Daniel.J.Sanchez.civ@army.mil no later than 10:00AM EST on MONDAY, 07 AUGUST 2023. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All questions regarding this solicitation shall in writing and submitted via email to James Clark, Contract Specialist at James.E.Clark773.civ@army.mil and Jasmyne C. Peterson, Contracting Officer at Jasmyne.C.Peterson.civ@army.mil no later than 10:00AM EST on WEDNESDAY, 9 AUGUST 2023. The questions will be answered all at once and uploaded to the Contract Opportunities website (www.SAM.gov) posting after the question period has closed. COMPLETING A QUOTE FOR SUBMITTAL Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to: James Clark, Contract Specialist at James.E.Clark773.civ@army.mil and Jasmyne C. Peterson, Contracting Officer at Jasmyne.C.Peterson.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at www.SAM.gov. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. The Offeror shall submit a price for each firm-fixed-price Contract Line Item Number for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status. The Offeror shall submit a signed SF1449 (Pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is required to complete blocks 17, 30a, 30b and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. Offerors shall complete and submit Attachment 2: Contractor Cost Breakdown Form. The Contractor Cost Breakdown Form shall be submitted in Microsoft Excel format and MUST HAVE THE FORMULAS INTACT AND FUNCTIONING. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5, "Insurance - Work on a Government Installation" and "Required Insurance". All services shall be performed in accordance with the Performance Work Statement (PWS). All offers shall remain valid for 120 calendar days. Attachments: Attachment 0001 - Performance Work Statement Attachment 0002 - KTRs Cost Breakdown

4 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

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.