Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOURCES SOUGHT

Y -- SOURCES SOUGHT - RENOVATE HANGAR, BLDG 253

Notice Date
8/7/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for South Carolina, 9 National Guard Road, Columbia, SC 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
PSTE092002
 
Response Due
8/21/2015
 
Archive Date
10/6/2015
 
Point of Contact
Shari Zimmerman, 803-299-1538
 
E-Mail Address
USPFO for South Carolina
(sharon.l.zimmerman8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice ONLY to gain knowledge of potential small businesses capable of performing in the specialized areas noted in this notice. No award will be made from this Sources Sought notice. No solicitation, specification, or drawings are available at this time; therefore DO NOT request copies of such. Responses to this notice will be evaluated solely for the purpose of making a determination to set-aside this project for the small business community or to conduct an unrestricted procurement. In the event it is determined by the Contracting Officer that adequate small business contractors are not available for competition for this project, it will be advertized as unrestricted. The estimated cost range according to FAR 36.204 is between $5,000,000 and $10,000,000 for this project. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is 33.5 million average annual revenue for the previous three years. Anticipated project will be performed at McEntire Joint National Guard Base (JNGB), Eastover, South Carolina and consists of construction upgrades and additions to an approximate 65,000 SF Aircraft Maintenance Hangar for the 169th Fighter Wing. The addition consists of a two story 16 foot x 21.5 foot area which will accommodate an elevator shaft. This facility currently consists of maintenance, administrative, training, classroom, storage, and warehouse spaces. Spaces in this facility shall remain, for the most part, as originally designed. Reconfiguration of shop areas on the first floor shall be implemented. The existing facility shall be upgraded with new roofing, exterior windows, interior finishes, plumbing, mechanical and electrical systems with an emphasis on greater energy efficiency, and replacement and refurbishment of hangar doors. Your attention is directed to FAR Clause 52.219-14(c)(3) LIMITATIONS ON SUBCONTRACTING which states quote mark By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for General construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees quote mark applies to this project if set aside for small business. All interested small business concerns are invited to respond to this Sources Sought announcement. Please provide the following: 1) Respondents shall provide a list of relevant projects completed during the past three years, both for government and private industry that best demonstrates the company's experience relative to the types of work covered by this requirement. Projects should be similar in size, scope, and complexity to this requirement. This project is located on an active airfield. Respondents shall have experience working on an active airfield construction site and have familiarization with FAA and Air Force standards and regulations. Type of project, dollar value, contract number, location, and POC are to be included. Indicate if you were a prime or a subcontractor; and if subcontractor, provide name and point of contact for the prime contractor. 2) Respondents shall provide a brief outline of resources, subcontractors, and key personnel that would be used to accomplish this project. 3) Respondents shall provide its bonding capacity for both a single contract and aggregate capacity. Provide type of small business concern, for example: 8(a), HUBzone, Service Disabled Veteran-Owned. Provide your DUNS Number, Cage Code Number, and Tax ID Number. Respondents must be registered in System for Award Management (SAM), which can be accessed as follows: https://www.sam.gov/portal/public/SAM/ with the socio economic status identified and the NAICS code specified in this sources sought announcement. If the contractor's SAM record does not include this project's NAICS code, the firm will not be considered. Respondents will NOT be notified of the evaluation results of this sources sought announcement. All proprietary information not to be disseminated in Government documents must be clearly identified. Please respond to this announcement no later than 3:00 PM (EST) on 21 August 2015, via email to sharon.l.zimmerman8.civ@mail.mil. The subject line of the email shall state: REF# PSTE 092002, SOURCES SOUGHT RESPONSE. Responses received after the deadline or without required information shall be considered unacceptable and will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/PSTE092002/listing.html)
 
Place of Performance
Address: USPFO for South Carolina 9 National Guard Road, Columbia SC
Zip Code: 29201-4763
 
Record
SN03829054-W 20150809/150807235058-07e90d34a66780baff08310a7e6cd747 (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.