SOURCES SOUGHT
J -- Repair Electrical Distribution, Area J - Joint Base Charleston - Air Base, SC
- Notice Date
- 4/6/2015
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-15-R-0011
- Point of Contact
- Doris D. Peeples, Phone: 8439634498, Cheryl Bennett, Phone: 843-963-5173
- E-Mail Address
-
doris.peeples@us.af.mil, cheryl.bennett@us.af.mil
(doris.peeples@us.af.mil, cheryl.bennett@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Repair Electrical Distribution, Area J - Joint Base Charleston - Air Base, SC Solicitation Number: FA4418-15-R-0011 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to Repair Electrical Distribution System - Area J at Joint Base Charleston AB, North Charleston, South Carolina. This sources sought is for planning purposes only. The work to be performed under this contract consists of furnishing all plant, labor, materials, equipment, supplies and supervision necessary to complete project. Work includes, but is not limited to: demolition of existing aboveground utility distribution systems; overhead electrical poles, conductors, equipment, telephone lines, cable television lines and secondary supply conductors with new underground utility distribution systems. Also involves the installation of underground duct banks, medium voltage conductors, and pad mount equipment. Existing overhead systems will be removed once cut-over to the new underground systems are complete. SPECIAL REQUIREMENT/CONCERNS: Contract type will be a Firm-Fixed Price. Capabilities are sought from Small Business (SB), Historically Underutilized Business Zone (HUBZone), and Service Disabled Veteran Owned Small Business (SDVOSB) businesses for the purposes of determining if this requirement can be set-aside. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The anticipated performance time is 270 days. The NAICS Code is 237130 (Commercial and Institutional Building Construction ). The Size Standard is $36,500,000.00. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (SB, SDVOSB or HUBZone). Small Business, SDVOSB, and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested Small Business, SDVOSB, and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 17 April 2015. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00p.m. EST on 17 April 2015: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, HUBZone, or SDVOSB). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $5,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from Small Business, HUBZone or SDVOSB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractor will be selected using tradeoff procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price offeror. NOTES: (1) The solicitation, specifications and drawings will be available on the website on or about 22 May 2015, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk of expense of the contractor. (6) In accordance with DFARS 252.209-7993, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Original Point of Contact Doris Peeples, Contract Specialist, Phone (843) 963-4498, FAX (843) 963-2829, e-mail: doris.peeples@us.af.mil. Alternate point of contact: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, Fax (843)963-2829, e-mail: Cheryl.bennett@us.af.mil. Place of Performance Address: Joint Base Charleston - Air Base, North Charleston, SC Postal Code: 29404 Country: USA Contracting Office Mailing Address: 628th Contracting Squadron/LGCB 101 E. Hill Blvd Charleston AFB, SC 29404-5021
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-15-R-0011/listing.html)
- Place of Performance
- Address: Joint Base Charleston - Air Base, North Charleston, SC 29404, North Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN03690277-W 20150408/150406234721-f64d518ebc4b8cd83e637b8f4b45c235 (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 |