Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOURCES SOUGHT

Y -- Repair Communication Bldg 314

Notice Date
4/24/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
F2A3E122ICUP
 
Archive Date
5/14/2014
 
Point of Contact
Justin Baker, Phone: 7017475285, Matt D. Sanders, Phone: 701-747-5292
 
E-Mail Address
justin.baker.19@us.af.mil, matt.sanders.1@us.af.mil
(justin.baker.19@us.af.mil, matt.sanders.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 8(a), 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 Repair/Add Communications Squadron Bldg 314 and Add/Repair Communications Squadron Parking Lot Bldg 314. 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 Features are construction of new entry area, to include standing seam metal roof. New and repaired parking, sidewalk and lighting features. New generator screen wall and additional façade treatment. The project also contains exterior envelope repair, interior demolition, build-back of partitions, finishes, electrical and mechanical systems and all other supportconstruction as required.The government's estimated construction time for the project is 330 days. 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 236220 - Commercial and Institutional Building Construction. The small business size standard of $33.5M 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 Justin Baker and Matt Sanders using one of the below methods: 1. Via mail: Attn: SSgt Baker/Matt Sanders 319 CONF/LGCA 575 Tuskegee Airmen Blvd, Bldg 418 Grand Forks AFB ND, 58205 2. Via email: justin.baker.19@us.af.mil and matt.sanders.1@us.af.mil, Capability statements need to be received not later than 1:00 PM CST, 29 April 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)747-5285 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]; (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 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. (g) BONDING CAPABILITY on individual projects and aggregate requirements; 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, 8(a), 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/F2A3E122ICUP/listing.html)
 
Place of Performance
Address: Grand Forks AFB, Grand Forks AFB, North Dakota, 58204, United States
Zip Code: 58204
 
Record
SN03347545-W 20140426/140424234715-9395ccc6da3d0a634ede5870021427e9 (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.