SOURCES SOUGHT
56 -- Sustainment, Restoration, and Modernization Services for Fuels and Warehouse Facilities for Defense Logistics Agency-Energy (DLA-E) and Others at Stateside and Overseas Locations - Questionnaire
- Notice Date
- 6/17/2014
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8903-14-R-0022
- Point of Contact
- Maria L. Candelaria, Phone: 210-395-8329, Rachel Isham, Phone: 210-395-8102
- E-Mail Address
-
maria.candelaria.1@us.af.mil, rachel.isham@us.af.mil
(maria.candelaria.1@us.af.mil, rachel.isham@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Air Force Civil Engineering Center (AFCEC) / DoD and Other Customer Funded Design & Construction Branch (CFSD) Construction Questionnaire Sustainment, Restoration, and Modernization (SRM) Services for Fuels and Warehouse Facilities for Defense Logistics Agency-Energy (DLA-E) and Others at Stateside and Overseas Locations THIS IS A REQUEST FOR INFORMATION (RFI) AND FOR PLANNING PURPOSES ONLY. THIS REQUEST IS NOT A SOLICITATION. PLEASE DO NOT SUBMIT A PROPOSAL. SYNOPSIS (IAW FAR 52.215-3, Request for Information or Solicitation for Planning Purposes): The Air Force Installation Contracting Agency (AFICA) on behalf of Air Force Civil Engineer Center (AFCEC) at Joint Base San Antonio (JBSA) - Lackland is seeking sources capable of providing construction support worldwide to include a full range of methods and technologies necessary to provide sustainment, restoration, and modernization for existing fuels and warehouse facilities and infrastructure. The purpose of this request for information is to develop a viable solicitation that will best communicate the Government's requirements to industry. The response to this request is strictly voluntary and will not affect the respondent's ability to submit an offer if, or when, a solicitation is released. The information obtained through this RFI is to obtain capabilities for planning purposes and to determine appropriate strategies to meet the Agency's requirements. This RFI is solely for information and planning purposes and does NOT constitute a Request for Proposal (RFP) or a commitment for an RFP in the future. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Government is not liable for any costs incurred by interested parties in responding to this RFI. Proprietary information or trade secrets should not be submitted. Respondents of this request may be asked to provide additional information/details based on their initial submittals. The Government reserves the right to select one, some, or none of the submissions for further investigation. The Government will not be obligated to pursue any particular acquisition alternative as result of this RFI. The U.S. Government personnel as well as their support contractors may review responses to this RFI. Responses will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. TASK DESCRIPTIONS: The Government is seeking a response from all interested parties and intends to support Small Business through smaller regional contract awards. Requirements will be carried out under Task Orders (TOs) in various locations worldwide, to include possible high-risk and/or remote locations. T he respondents must be capable of providing restoration, repair, enhancement, operations and maintenance, emergency response, and demolition for fuels infrastructure and warehouse rehabilitation projects. Fuels construction components include storage tanks, distribution piping systems, fuel hydrants, pump houses, operation buildings, load/off load systems, system controls, and associated infrastructure to support operations. Environmental support of these activities may also be required. Warehouse work includes restoration of fire protection piping and equipment, roof repair and reconstruction, and interior renovation and repairs related to modernization or alternate use. Renovation repairs include interior wall relocation, flooring, ceiling, plumbing, electrical and HVAC upgrades for conversion to office space. This contract is not intended to do stand-alone environmental contracting. The Air Force will use Design-Build (D-B), Design-Bid-Build (D-B-B) TO vehicles. The Contract Type will be Firm-Fixed-Price (FFP). This action is estimated to take place over five (5) years. The respondents must be able to function as an integral team member in support of the Air Force mission to include the sharing of information with other Government contractors and cooperation with Communities, and other Government entities. Respondents must be capable of providing efficient management of TOs including accurate, on-time submittals of contract deliverables and timely identification and solution of impediments to successful project execution. Technical requirements include early involvement in the process to allow for the development of the most cost-effective and technically sound solution. The respondents must be capable of recognizing and addressing problematic issues and successful execution of each TO. The respondents must work in accordance with host nation, federal, state and local statutes and regulations, and Status of Forces Agreements. The respondents must be able to supply all labor, equipment, transportation, and materials necessary to accomplish the work and perform all management and planning functions including performance measurement fund status reporting to effectively secure and monitor prime and subcontract work. The respondents must be able to coordinate worksite activities with all applicable personnel to ensure the protection of human health and the environment. The contractor shall be responsible for the prevention of damage to property, utilities, materials, supplies, and equipment. The respondents must be responsible for the avoidance of work interruptions. The respondents must be capable of providing physical security to work areas with security equipment and personnel and must be able to comply with all Occupational Safety and Health Administration (OSHA) safety and health regulations and local safety office requirements. The respondents must be capable of providing technical plans, specifications, and reports. All respondents are required to complete the System for Award Management (SAM) process to be considered eligible for any potential DoD contracts. SAM registration information can be obtained at http://www.sam.gov/. Respondents may submit their interest and ability to satisfy the Government's requirement to the point of contact listed below. SUBMISSION REQUIREMENTS: You may include any pertinent information along with the Questionnaire relating to the RFI. Responses must be no longer than twenty five (25) pages in length and should include description of capabilities, technical expertise, and relevant past experience. All responses to the RFI and Questionnaire shall be submitted by 2 PM (CT), 17 July 2014, via email to Ms. Maria Candelaria, Contract Specialist at maria.candelaria.1@us.af.mil and Ms. Rachel Isham, Contracting Officer at rachel.isham@us.af.mil or by mail to the following address: <del datetime="2014-06-16T10:22" cite="mailto:CANDELARIA,%20MARIA%20L%20GS-12%20USAF%20AFMC%20772%20ESS/PKA"> United States Postal Service (USPS) ­ DEPARTMENT OF DEFENSE 772 ESS/PKA (ATTN: Ms. Rachel Isham) 2261 Hughes Ave, Ste 163 JBSA Lackland TX 78236-9853 OFFICIAL BUSINESS Courier (FedEx, UPS, DHL) 772 ESS PKA (ATTN: Ms. Rachel Isham) 3515 S General McMullen, Bldg. 171 San Antonio TX 78226-2018
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5c01ab9938c068109f28341dcbaaf72f)
- Place of Performance
- Address: 772 ESS/PKAA, 3515 S General McMullen, Bldg 171, San Antonio, Texas, 78226-2018, United States
- Zip Code: 78226-2018
- Zip Code: 78226-2018
- Record
- SN03397027-W 20140619/140617234757-5c01ab9938c068109f28341dcbaaf72f (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 |