SOURCES SOUGHT
Z -- UAS (RQ-4) Add A/C and, Repair FTD B513 for Global Hawk Beddown - Sources Sought
- Notice Date
- 2/27/2014
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- FA4659-14-R-0006
- Point of Contact
- Daniel J. Cary, Phone: 701-747-5301, Matt D. Sanders, Phone: 701-747-5281
- E-Mail Address
-
daniel.cary@us.af.mil, matt.sanders.1@us.af.mil
(daniel.cary@us.af.mil, matt.sanders.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE BELOW-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The Air Force is seeking sources for a potential competitive 100% set aside for HUBZone, Service Disabled Veteran Owned Small Business, Women-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 on UAS (RQ-4) Add A/C and, Repair FTD B513 for Global Hawk Beddown. DESCRIPTION OF CONSTRUCTION: The project will consist of: The contractor shall furnish all plant, labor, materials, equipment, supplies and supervision necessary to complete the project in strict accordance with the construction documents. Principal Feature s are construction of new geothermal HVAC system and new fire suppression sprinkler system. The project also contains reconfiguration of office and breakroom spaces, repairs to classroom spaces, mold remediation, and all other support construction as required, such as: remove/add/move interior walls, update interior finishes, replace certain existing windows, add insulation to certain exterior walls, replace heating and ventilating system in southwest portion of building, modify heating, ventilating and air conditioning system, modify interior lighting, electrical and communication systems, mitigate mold/mildew, asbestos and lead-based paint issues, and add fire suppression system. The government's estimated construction time for the project is 175 days. A winter exclusion period of 15 Nov - 15 Apr shall apply. The project magnitude is between $1,000,000 and $5,000,000. Work to be performed will be within the North American Industry Classification System (NAICS) Code 238220 - Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard of $14.0M is applicable. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to SSgt Daniel Cary and Matt Sanders using one of the three below methods: 1. Via mail: Attn: SSgt Cary/Matt Sanders 319 CONF/LGCA 575 Tuskegee Airmen Blvd, Bldg 418 Grand Forks AFB ND, 58205 2. Via fax: (701) 747-4215, 3. Via email: daniel.cary@us.af.mil and matt.sanders.1@us.af.mil, Capability statements need to be received not later than 1:00 PM CST, 5 March 2014. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, a follow-up via telephone at (701)747-5301 or (701)747-5281 (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]; (b) 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 experience with a primary focus on firm-fixed type contracts that are recent (within the last three 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) INDUSTRY STANDARDS Interested contractors must demonstrate a history of relevant experience with industry standards for this type of project. (f) PERCENT OF WORK the firm can commit to accomplishing the referenced project with in-house (no subcontracted) labor. 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 ten (10) pages. The government reserves the right to set this acquisition aside for Small Business, HUBZone, Women-Owned or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the 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 only. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-14-R-0006/listing.html)
- Place of Performance
- Address: Grand Forks AFB, ND 58205, grand forks afb, North Dakota, 58205, United States
- Zip Code: 58205
- Zip Code: 58205
- Record
- SN03298055-W 20140301/140227234254-0c90c9991a8b9b244cf7450dc88f06a7 (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 |