Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2015 FBO #4919
SOURCES SOUGHT

Y -- Repair HVAC & Interior, Dining Bldg 3017 - SOURCES SOUGHT

Notice Date
5/12/2015
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FTFA139005
 
Archive Date
6/11/2015
 
Point of Contact
Christine Young, Phone: 850-882-0297
 
E-Mail Address
christine.young.1@us.af.mil
(christine.young.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Title: Repair HVAC & Interior, Dining Bldg 3017 Project Number: FTFA 13-9005 The purpose of this Sources Sought Notice is to identify qualified small business concerns that are interested in and capable of performing the work described herein. This Sources Sought Notice is posted as a market research tool only. Eglin AFB, FL is contemplating a firm-fixed price construction contract. The work will consist of HVAC system repair, including chilled water/hot water system replacement, and serving line enlargement, and interior improvements, associated electrical work and incidental related work, as indicated on the contract documents. See attached draft Statement of Work dated 22 April 2015 and the project Specifications. The magnitude of construction is between $1,000,000 and $5,000,000. The NAICS code applicable to this requirement is 238220, with a small business standard of $15 Mil. If awarded, the project duration is expected to be approximately 305 calendar days. Capability Statement Requested: We are requesting that all interested and qualified small businesses respond to this sources sought notice with a capability statement, not to exceed fifteen (15) double sided sheets of paper. At a minimum, the capability statement shall include the following: 1. Offeror's name, address, point of contact, phone number, and e-mail address. 2. Offeror's Cage Code and DUNS number. 3. Offeror's confirmation of interest in bidding on the solicitation when it is issued. 4. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed on HVAC systems within the last three (3) years, providing a brief description of the project, customer name, timeliness of performance/meet or exceeded the required completion date, customer satisfaction, and total dollar value of the project); provide at least two (2) examples of 100% construction completed projects that are comparable to the work included in this project. Please include in each of your project examples a current client point of contact information to include the client's name, telephone number and email address. 5. Offeror's experience working with any similar projects involving building HVAC repair and or repairs to a dining facility or to another type of building containing interior repairs to building finishes, electrical repairs and electronic safety and security. 6. A statement of the portion, by a percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the approximate number of subcontractors to be used by their trade/discipline. 7. Offeror's Joint Venture information, if applicable - existing and potential. 8. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 9. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) The Government will utilize this information in determining the best acquisition strategy for this acquisition. *** Please state all of the socio-economic categories in which your company belongs (ie. 8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned, etc.). Your capabilities statement MUST be submitted electronically via US mail or email. Each email sent must ‘not' exceed (10MG) in size or it will not be received. Please request an email ‘delivery receipt' of your email to verify the delivery. All email submissions shall be sent via email to: christine.young.1@us.af.mil. Submissions that are mailed are addressed to: AFTC/PZIOC, ATTN: Chris Young, Contracting Office, 308 West D Ave, Suite 130, Eglin AFB, FL 32542-5418. This sources sought shall not be construed in any manner to be an obligation of Eglin AFB, FL to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. The Point of Contact for this notice is Ms. Chris Young, (850) 882-0297; email: christine.young.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f4daa99f3b0a8754aec327eeee35225)
 
Place of Performance
Address: AFTC/PZIOC, Contracting Office, 308 West D Ave, Suite 130, Eglin AFB, FL 32542-5418., Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03729067-W 20150514/150513000305-9f4daa99f3b0a8754aec327eeee35225 (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.