SOURCES SOUGHT
54 -- Provisional Kenney Headquarters Pre-engineered Building
- Notice Date
- 6/28/2005
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230
- ZIP Code
- 96853-5230
- Solicitation Number
- FA5215-05-R-0026
- Response Due
- 7/12/2005
- Archive Date
- 7/27/2005
- Point of Contact
- Paul Cunanan, Contract Specialist, Phone (808) 449-6860 X618, Fax (808) 449-7026, - Darrell Strahan, Contract Specialist, Phone (808)449-6860 ext 613, Fax (808)449-7026,
- E-Mail Address
-
paul.cunanan@hickam.af.mil, darrell.strahan@hickam.af.mil
- Description
- This is a Request for Information/Sources Sought for a George C. Kenney Headquarters (Provisional) requirement to supply pre-engineered buildings at Hickam AFB, HI. 1.0 SUBJECT Request for Information (RFI)/sources sought for supplying pre-engineered buildings. This information also regards determining the commerciality of the items involved. Responses are due for this RFI by 4:00 PM HST on July 12, 2005. See section 6.0 for further information. Responders are solely responsible for all expenses associated with responding to this RFI. 2.0 DESCRIPTION HQ/PACAF is seeking information from industry that will assist in a requirement for pre-engineered buildings for the George C. Kenney Headquarters (Provisional) equating to approximately 31,500 s.f. This requirement will include maintenance services to repair air conditioners and facilities. 3.0 Specifically, this RFI seeks the following information: 1) Identification of sources and interested parties 2) Feasibility alternatives assessments 3) Ideas and suggestions that provide alternative approaches to designing, developing, acquiring, operating, and managing the pre-engineered buildings 4) Approximate cost information (i.e. order of magnitude, ballpark estimates, etc.) for alternatives for approximately thirty-nine (39) pre-engineered modules, and 5) Commerciality questionnaire associated with the above facilities and services. 4.0 REQUIREMENTS The purpose of the pre-engineered buildings is to provide the George C. Kenney Headquarters (Provisional) with temporary office facilities equating to approximately 31,500 s.f. This requirement will include maintenance services to repair air conditioners and facilities. The intent is to lease the pre-engineered buildings for a minimum of three (3) years but no more than five (5) years. The Government will also look at leasing with an option to buy. More specific details pertaining to the pre-engineered buildings are attached along with a floor plan denoting the dimensions of the facility and module dimensions. The NAICS code for this action is 332311 Prefabricated Metal Building and Component Manufacturing. 5.0 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 6.0 COMMERICIAL ITEM DEFINITION Address whether the services described in this RFI are Commercial within the meaning of FAR 2.101., which states "Commercial item" means -- (1) Any item, other than real property, that is of a type customarily used by the general public or by non-governmental entities for purposes other than governmental purposes, and-- (1) Has been sold, leased, or licensed to the general public; or, (2) Has been offered for sale, lease, or license to the general public; (2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation; (3) Any item that would satisfy a criterion expressed in paragraphs (1) or (2) of this definition, but for -- (i) Modifications of a type customarily available in the commercial marketplace; or (ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. Minor modifications means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is minor; (4) Any combination of items meeting the requirements of paragraphs (1), (2), (3), or (5) of this definition that are of a type customarily combined and sold in combination to the general public; (5) Installation services, maintenance services, repair services, training services, and other services if-- (i) Such services are procured for support of an item referred to in paragraph (1), (2), (3), or (4) of this definition, regardless of whether such services are provided by the same source or at the same time as the item; and (ii) The source of such services provides similar services contemporaneously to the general public under terms and conditions similar to those offered to the Federal Government; (6) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed under standard commercial terms and conditions. This does not include services that are sold based on hourly rates without an established catalog or market price for a specific service performed. For purposes of these services- (i) Catalog price means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public; and (ii) Market prices means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors. (7) Any item, combination of items, or service referred to in paragraphs (1) through (6) of this definition, notwithstanding the fact that the item, combination of items, or service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or (8) A nondevelopmental item, if the procuring agency determines the item was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments. Commerciality Questionnaire: 1. What specific pre-engineered building support systems do you provide? i.e., power, fire suppression system, Vindicator Alarm System, and communications infrastructure installation. Others? 2. What is your customer base? Who are your non-government customers? 3. Do you commonly lease pre-engineered buildings? Do you provide for lease with option to buy? 4. Do you have a business presence in Honolulu? 5. Are you able to provide the maintenance service as required? 6. Are you a manufacturer of pre-engineered buildings? If not, where are your buildings manufactured? 7. If you were given the order, what is the earliest the government could expect to receive them? i.e. How long would your design time be? How long would your manufacturing time be? How long would your shipping time be? How long would your site installation be? 8. Do you have the capability to expedite orders for pre-engineered buildings? 9. What experience do you have in manufacturing or constructing open storage or Sensitive Compartmented Information Facility (SCIF) facilities? 10. What contract types are commonly found in the private sector for this type of service? 11. What type of evaluation criteria is used to select a contractor for this type of action? Original Point of Contact Paul Cunanan, Contract Specialist, Phone (808) 449-6860 x618, Fax (808) 449-7026, Email Paul.Cunanan@hickam.af.mil - Darrell Strahan, Contracting Officer, Phone (808) 449-6860 ext 613, Fax (808) 449-7026, Email darrell.strahan@hickam.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/PAF/15CONS/FA5215-05-R-0026/listing.html)
- Place of Performance
- Address: Hickam AFB, Hawaii
- Zip Code: 96853
- Country: USA
- Zip Code: 96853
- Record
- SN00838445-F 20050630/050628213234 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |