Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2009 FBO #2694
SOURCES SOUGHT

J -- Trailers

Notice Date
4/10/2009
 
Notice Type
Sources Sought
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-09-GF-003
 
Archive Date
5/16/2009
 
Point of Contact
Greg A. Florey,, Phone: 3016199180, Keith Hunter,, Phone: 3016198924
 
E-Mail Address
greg.florey.ctr@detrick.af.mil, Keith.hunter.ctr@detrick.af.mil
 
Small Business Set-Aside
N/A
 
Description
This FedBizOps notice is an announcement seeking market information on businesses capable of providing the construction services as described herein. Air Force District of Washington A7KM Fort Detrick Office is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate acquisition strategy and shall be disclosed to other government agencies requiring this service. The Air Force Medical Evaluation Support Activity (AFMESA) is currently seeking potential sources to replace seven (7) office trailers for Air Force Medical Evaluation Support Activity, Fort Detrick, MD in strict accordance with the project specifications, drawings, and appendices. Work may require the contractor to remove the (7) seven existing trailers, complete with all associate piers and install (7) seven new trailers as indicated on the drawings as specified. This includes replacing the current modular structure consisting of (7) seven co-joined trailers with an area of 4,935 square feet and any incidental related work. Work to include new concrete spread footings and Concrete Masonry Units (CMU) piers. Work may include demolish of existing deck with ramp and awning over deck. Provide new deck with ramp and awning over the deck. Demolish (2) two rear steps and provide (2) two new steps. Install new deck and (2) rear steps using pressure treated lumber. Deck dimension will be 12' wide by 60' long including ramp sloped as required for final height of trailers and per American Disabilities Act (ADA) requirements. Ramp shall have a 5' wide ADA compliant ramp on one side and three sets of stairs. Deck surface shall be flush with the entrance level. Provide new awning as specified over deck and 2 rear stairs. Deck, ramp and stairs shall have hand rails. Replace 2 sets of rear steps with pressure treated lumber. Each set of stairs will have a 6' wide by 6' long landing at the entrance and 4' wide stairs. Both landing and stairs shall have hand rails, and a concrete stoop at the base of stairs and ramp. Concrete stoop for ramp shall have a sidewalk running to the parking lot. The magnitude of the requirement is anticipated to be between $500,000 and $1,000,000. This Request for Information (RFI) is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Period of Performance is contemplated to be six-months from issuance of Notice-to-Proceed. A firm fixed price contract is anticipated. This acquisition is anticipated to be "Full and Open". The North American Industry Classification System (NAICS) code is 321991 and the small business size standard is 500 employees. The entire solicitation will be made available on the Government Point of Entry (GPE), Fedbizops website at http://www.fedbizopps.gov on or about 1 May 2009. Paper copies will not be available. If a solicitation is eventually issued, you may download the solicitation and email your quote as allowed by the solicitation. Telephone and fax requests for copies of the solicitation will not be honored. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective offerors interested in submitting a quote must have a Commercial and Government Entity Code (CAGE Code). Only interested parties responses to this Sources Sought will be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov, and state their business concern size. All responses to this Sources Sought will be handled via email only. Responses shall be submitted NLT 4:00PM (EST) 1 May 2009. Point of contact for this Sources Sought is Greg Florey at (301) 619-9180, email: greg.florey.ctr@detrick.af.mil or Keith Hunter at (301) 619-8924, email: keith.hunter.ctr@detrick.af.mil. Due dates for proposals will be listed in the solicitation. Requested Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, GSA schedules held. The expression of interest should state whether the concern is a Large or a Small Business and should further identify socio-economic status as well as the business size under NAICS 321991. In addition, interested sources should indicate whether the firm is U.S. or foreign-owned. Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and clause 52.219-14, Limitations on Subcontracting 2. Past/Current Projects as it relates to the above stated effort, to include: a. Contract identification number(s) b. Title and a brief summary of the effort c. Contracting agency or company (Government or Commercial) d. Value of the contract(s) NOTE: Information submissions shall not exceed two typed pages. Submissions exceeding this requirement may not be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c5c9f2d8899a784ea44443b5829d4db1&tab=core&_cview=1)
 
Place of Performance
Address: Ft. Detrick, MD 21702, Frederick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01791058-W 20090412/090410221955-c5c9f2d8899a784ea44443b5829d4db1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.