Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOURCES SOUGHT

Z -- SOURCES SOUGHT - CONSTRUCT C-130 SQUADRON OPERATIONS FACILITY - Sources Sought Information Request Form

Notice Date
2/1/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC-10-R-0003
 
Archive Date
3/3/2010
 
Point of Contact
Melissa J Grice, Phone: 309-633-5204
 
E-Mail Address
melissa.grice@ang.af.mil
(melissa.grice@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Information Request Form CONSTRUCT C-130 SQUADRON OPERATIONS FACILITY SOURCES SOUGHT. The purpose of this synopsis is to gain knowledge of potential small businesses. 182 Airlift Wing, Peoria, Illinois anticipates the solicitation and award of a contract to construct a one story 27,700 sq. ft. C-130 Squadron Operations Facility, reinforced concrete foundation and floor slab, steel framed masonry walls, exterior brick veneer, and sloped roof structure. Match base architectural style, provide required interior mechanical, electrical and fire protection systems. Provide required utilities, HVAC, pavements, and site improvements, fire protection and communication support. The project shall comply with ANG Sustainable Design Policy. The project is classified as vertical construction for the purpose of compliance with ANG policy. The project shall obtain USGBC LEED Silver Certified recognition. The project shall comply with Energy Policy Act of 2005 (EPAct 05). The project shall comply with Intelligence Community Policy Guidance number 705.2. The project shall comply with Unified Facility Criteria 4-010-01 DoD Minimum Anti Terrorism Standards for Buildings (22 JAN 2007). The magnitude of the project is between $5,000,000.00 and $10,000,000.00. Source selection procedures will be utilized to determine awardee. All interested small business concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 4PM Central Standard Time on February 16, 2010. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14(b)(4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Construction by special trade contractors, the concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project if set aside for small business. Contractors should provide information regarding their plan and resources available to provide the indicated 25 percent of the cost of the contract with its own employees. Attach additional information, which shall not exceed three typewritten pages, that must include (1) positive statement of intent to bid as a prime contractor, (2) a completed and signed Sources Sought Information Request Form (see Form attached) (3) a listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor. and (4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate small business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. Information shall be provided either in writing to Master Sergeant Melissa Grice, 182 Airlift Wing, Base Contracting Office, 2416 S. Falcon Blvd., Peoria, IL 61607-5023 or via email to: melissa.grice@ang.af.mil. No facsimile responses will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-10-R-0003/listing.html)
 
Place of Performance
Address: 182 Airlift Wing, 2416 S. Falcon Blvd., Peoria, IL 61607-5023, United States
Zip Code: 61607-5023
 
Record
SN02054635-W 20100203/100201235035-7feb94383bb61be464a8de644ebe7e23 (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.