SOURCES SOUGHT
Z -- Street and Parking Lot Lighting
- Notice Date
- 2/3/2015
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- FA4897-15-R-0003
- Archive Date
- 3/5/2015
- Point of Contact
- Cindy R Dixon, Phone: 208-828-3116
- E-Mail Address
-
cindy.dixon@mountainhome.af.mil
(cindy.dixon@mountainhome.af.mil)
- Small Business Set-Aside
- N/A
- Description
- A. INTRODUCTION: 1. This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. The 366th Contracting Squadron at Mountain Home Force Base, Idaho, seeks potential sources to remove/replace approximately 1,000 existing exterior light fixtures on existing street/parking lot poles. The North American Industrial Classification Systems (NAICS) is 238210, Electrical Contractors and Other Wiring Installation Contractors, which has a small business size standard of $15M. The magnitude of the anticipated project is valued between $500,000 and $1,000,000. B. OBJECTIVE: 1. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities and qualifications of various business concerns. The type of solicitation issued will depend upon the responses received to this sources sought synopsis. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2. The 366 Contracting Squadron is seeking to identify potential contractors qualified to perform an exterior lighting project at Mountain Home AFB, ID. The requirement requires qualified, experienced offerors in the electrical field. The work shall include but is not limited to the following Summary of Requirements: a. Remove approximately 1,000 exterior street and parking lot light fixtures and replace with new LED light fixtures. b. Construct a wireless network lighting controls system to include photo-controls, gateway controls, a single network operations center, web interface, and dimming drivers. This list is not all inclusive. c. Period of Performance: It is anticipated that the contract period of performance will be 270 calendar days. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought notice is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. a. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. All packages should contain UNCLASSIFIED material only. b. Capability packages should not exceed 10 pages, each single side counting as one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. Capability packages must be received no later than 2:00 pm (MST) on February 18, 2015. c. Capability package responses shall be sent via email to cindy.dixon@us.af.mil. 2. Respondents must include the following information within their statement of capability packages: a. Company Information: your Company's name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name. c. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or a women-owned small business. c. Bonding limits of your firm. d. Positive statement of interest to submit a proposal. E. GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Questions on this notice shall be submitted via email to only the Contract Specialist. CONTACT: Cindy Dixon, Contract Specialist, cindy.dixon@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-15-R-0003/listing.html)
- Place of Performance
- Address: Various locations on Mountain Home Air Force Base, Mountain Home Air Force Base, Idaho, 83648, United States
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN03631470-W 20150205/150203234610-80ef4f6ff1a7f64fdf1b4397eee53a35 (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 |