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

56 -- Construct Driver Waiting Areas, Range Road & Area II Gates

Notice Date
5/26/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering 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
RKMF090011CNSTDRVWA
 
Archive Date
7/3/2010
 
Point of Contact
Richard Keith Bush, Phone: 702-652-8480, Matthew Leonard, Phone: 702-652-9119
 
E-Mail Address
richard.bush2@nellis.af.mil, Matthew.Leonard@nellis.af.mil
(richard.bush2@nellis.af.mil, Matthew.Leonard@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
** THIS IS A REQUEST FOR INFORMATION ONLY. THIS POST IS TO BE USED TO FIND SOURCES ABLE TO MEET OUR REQUIREMENT AND IS NOT A SOLICITATION. ** The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of HUB Zone, 8(a), and Service-Disabled Veteran-Owned small business firms in NAICS Code 237990 for project RKMF 09-0011, Construct Driver Waiting Areas, Range Road & Area II Gates. Work shall consist of furnishing all labor, supplies, materials, supervision, transportation, equipment, and any additional requirements to design and construct driver waiting areas at Range Road and Area II Gates at Nellis AFB, Nevada. Project includes earthwork preparation, concrete pad placement, and installation/construction of a driver waiting area. During this project, contractor must maintain a normal work schedule with minimal down time. Response is solicited from (1) SBA certified small business Hub Zone firms; (2) small business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) service-disabled veteran-owned small business firms; and (4) large business firms. A firm is considered small if their average annual receipts for the preceding three (3) fiscal years were less than or equal to $33.5 Million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that award of this project can be made at a fair market price, the solicitation may be issued as unrestricted without further consideration. Request interested firms (regardless of size) submit (1) NAME, ADDRESS, and PHONE NUMBER of the firm (including CAGE code); (2) a CAPABILITY STATEMENT [including (a) a summary of RECENT (within the last three fiscal years), RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor, etc.) they performed the work; (3) their SIZE STATUS; and (4) the PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the contract. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. The solicitation will be posted on the Federal Business Opportunities website (FedBizOpps at http://www.fbo.gov) and no paper copies will be provided. It is anticipated the solicitation will be issued electronically on or about 15 July 2010, on the Federal Business Opportunities (FBO) web page. Paper copies will not be available. 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. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), and WinZip (.zip or.exe.). More information concerning these viewers can be found on the FBO website. 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 SSgt Richard Bush at (702) 652-8480; email: richard.bush2@nellis.af.mil. Alternate POC is Capt. Matthew Leonard at (702) 652-9119; email: matthew.leonard@nellis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/RKMF090011CNSTDRVWA/listing.html)
 
Place of Performance
Address: Nellis AFB, Nevada, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02160352-W 20100528/100526234627-7a803c6fdd016087984a69073326458f (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.