SOURCES SOUGHT
Z -- Repair Electrical Distribution Hutchinson Street
- Notice Date
- 6/29/2011
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
- ZIP Code
- 67221-3606
- Solicitation Number
- FA4621-11-R-0011
- Archive Date
- 7/12/2011
- Point of Contact
- Dennis Malone, Phone: 316-759-4528, Quarteeya Garner, Phone: 316-759-6866
- E-Mail Address
-
dennis.malone.1@us.af.mil, quarteeya.garner@us.af.mil
(dennis.malone.1@us.af.mil, quarteeya.garner@us.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 competitive 100% set aside for nationwide 8(a), HUBZone, Service Disabled Veteran Owned, or Woman or Women Owned small businesses. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a solicitation to repair electrical distribution along Hutchinson Street on McConnell AFB. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The anticipated contract will be a firm-fixed price (FFP) contract to demolish existing overhead electrical distribution and lighting system and install new street lights, manholes, and underground electrical utility lines along Hutchinson Street. There are three phases to the project; one is the base bid with two additional option bids. At time of award it is possible only the base bid will be funded or up to all three phases may be funded. The magnitude of construction if all options are funded will be between $5,000,000 and $10,000,000. If only the base bid is awarded the magnitude of construction will be between $1,000,000 and $5,000,000. The period of performance will be 240 days for the base bid with 90 additional days for option 1, and an additional 30 days for option 2, if the options are exercised. Prime contractors must be capable of bonding the full contract amount. Work to be performed will be within the North American Industry Classification System (NAICS) Code 237130 and the small business standard of $33.5M. The successful contractor will be required to furnish all labor, tools, materials, expertise, testing, surveying, equipment, reports, samples, warranties, and transportation necessary to complete the work IAW with the SOW which will be included with the solicitation package. All of the work will be performed at McConnell AFB, KS. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to A1C Dennis Malone or SSgt Marcus Tucker via mail addressed to 22 CONS/LGCA, 53384 Kansas St, Ste 118, Bldg 840, McConnell AFB, KS 67221-3606, fax to (316) 759-5634, or email to dennis.malone.1@us.af.mil and marcus.tucker.1@us.af.mil, not later than 3:00 PM CDT, 11 July 2011. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (316)759-4528 or (316)759-4531 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, Woman or Women Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience and include a summary of relevant (repair of electrical distribution, installing underground utility lines), 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 Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to four (4) pages. Failure to submit all information by the submission due date and time will result in a contractor being considered not interested in this requirement. All contractors must be registered in the Central Contractor Registration (CCR) database and the ORCA database prior to award. Contractors can obtain further information on CCR and ORCA registration at the web sites http://www.ccr.gov and http://orca.bpn.gov. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Service Disabled Veteran Owned, or Woman or Women Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicitation on an unrestricted basis, it will be posted on this website. This is a Sources Sought Synopsis for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued or requested at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. 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. NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel the solicitation, either before or after the closing date. In the event the Government cancels the solicitation, the Government has no obligation to reimburse an offeror for any costs. Per AFFARS 5352.201-9101: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-R-0011/listing.html)
- Place of Performance
- Address: McConnell AFB, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN02485474-W 20110701/110629234834-9c2d502d26322b6a1369360b9d9dbdd8 (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 |