Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
MODIFICATION

Y -- Fencing Repair and Construction IDIQ

Notice Date
7/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
F3GHFA4038A001
 
Archive Date
7/23/2014
 
Point of Contact
Michael D McGuire, Phone: 7026529565, Amber K. Sikora, Phone: 7026529119
 
E-Mail Address
michael.mcguire.16@us.af.mil, amber.sikora.1@us.af.mil
(michael.mcguire.16@us.af.mil, amber.sikora.1@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Nellis AFB, Nevada is seeking information from 8(a) contractors interested in performing construction and repair of fencing for the period beginning 1 Oct 2014. At the present time, we anticipate awarding a contract for one base year beginning 1 Oct 14 with the possibility of four option years. Please direct your responses or any questions to TSgt Michael McGuire at michael.mcguire.16@us.af.mil not later than 11:59 pm pacific time on 8 July 2014. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this RFI will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. If a formal solicitation is released, it will be via the Federal Business Opportunities (http://www.fbo.gov). The Government currently does have funds available for this project. The Government shall not reimburse the costs of preparing responses to this request for information. Magnitude of Construction: Between $1,000,000 and $5,000,000 over the life of the contract. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint 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 construction experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), 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 on individual projects and aggregate requirements; and (f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to six (6) pages. Send response to FAX or email of individual Point of Contact (POC) listed below. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, 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 this 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. 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. Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3GHFA4038A001/listing.html)
 
Place of Performance
Address: Nellis AFB, Nellis AFB, Nevada, 89084, United States
Zip Code: 89084
 
Record
SN03415155-W 20140705/140704000629-93ddf93756974e90e8c5062a9a7431e4 (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.