Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOURCES SOUGHT

38 -- REPAIR AREA III WATER LINE HOSPITAL DRIVE

Notice Date
5/26/2010
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
RKMF080100
 
Archive Date
5/26/2011
 
Point of Contact
Michele A Lodge, Phone: 702-652-9114, Matthew Leonard, Phone: 7026529119
 
E-Mail Address
michele.lodge@nellis.af.mil, Matthew.Leonard@nellis.af.mil
(michele.lodge@nellis.af.mil, Matthew.Leonard@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential 100% set-aside for 8(a), HUBZone, Service Disabled Veteran Owned, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals for providing all design, labor, equipment, material, manufactured articles, labor, transportation, supervision, and all else necessary to accomplish the design and construction a new eight (8) inch water line to tie into an existing eighteen (18) inch transmission water line to improve water pressure supporting existing fire hydrants in the hospital main gate area. Project includes disconnection and capping of the existing water line that is providing service to the existing hydrants. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience with a primary focus on construction type contracts and simultaneous performance of single projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) BONDING CAPABILITY on individual projects and aggregate requirements; and (f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Reponses shall be limited to six (6) pages. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add or update its ORCA record. Primary POC is Michele A. Lodge at (702) 652-9114; email: michele.lodge@nellis.af.mil. Alternate POC is Capt Matthew M. Leonard at (702) 652-9119; email: matthew.leonard@nellis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/RKMF080100/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02160346-W 20100528/100526234624-fc46bcd1e6c4fbc0c2bd6965d72dc405 (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.