Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2016 FBO #5270
SOURCES SOUGHT

Z -- Repair and Add to Hangar A-Bldg. 370 - Information Request Form

Notice Date
4/26/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 106 RQW/LGC, NY ANG, FRANCIS S. GABRESKI ARPT (ANG), BLDG 250, WESTHAMPTON BEACH, New York, 11978-1201, United States
 
ZIP Code
11978-1201
 
Solicitation Number
W912PQ-16-B-2016
 
Archive Date
5/27/2016
 
Point of Contact
Fred Rodriguez, Phone: 631-723-7562
 
E-Mail Address
fred.rodriguez1.mil@mail.mil
(fred.rodriguez1.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Information Request Form THIS IS NOT A SOLICITATION FOR BIDS OR PROPOSALS. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. The 106th Rescue Wing of the New York Air National Guard, Francis S. Gabreski ANG, Westhampton Beach, New York, may issue a solicitation and award of a contract to "Repair and Add to Hangar A-Bldg. 370", subject to availability of funds. The magnitude of this project is between $5,000,000.00 and $10,000,000.00. Construction Services to be performed under the firm fixed price contract will consist of repairing the existing Aircraft Fuel Cell Hangar and maintenance shops which is located at Francis S. Gabreski ANG, Westhampton Beach, NY 11978-1201. The project includes but is not necessarily limited to: renovation of an existing aircraft hangar consisting of approximately 33,000 SF. The project includes but is not limited to an approximate 8000 SF addition to the westerly side of the existing facility, a new pre-fabricated building that will house maintenance shops, storage areas and locker rooms and complete repair/sustainment of the existing facility, which includes interior walls, ceilings, sound attenuation, and internal and external durable surfaces to include roof and exterior wall replacement. Repair facility paint, floor coverings, millwork, caulk, protective coatings, wall systems and access doors and structure. Install systems, additional steel frame support, metal insulated panels, interior walls, HVAC systems, communications wiring, restrooms, millwork, utilities, access pavements, fire protection/detection, fire suppression, site work, anti-terrorism force protection measures, erosion control, drainage structures and landscape. Site work includes but not limited to the provision of temporary housing, utility work inclusive of water, electrical, communications infrastructure, natural gas, sanitary sewer, and storm sewer connections to existing infrastructure. All interested Small Business concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 12 May 2016. This notification, which shall not exceed five typewritten pages, must include (1) positive statement of intent to provide a proposal as a prime contractor, (2) a completed and signed Sources Sought Information Request Form (see Form attached) (3) a listing of relevant projects completed during the past three years, both for government and private industry. Prior Government contract work is not required for submitting a response under the sources sought synopsis. The type of project, dollar value, contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor, and (4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate small business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. Information shall be provided via email to: fred.rodriguez1.mil@mail.mil. No facsimile responses will be honored. Interested offerors must be registered in the System for Award Management (SAM) database. Firms can register via the SAM internet site at http://www.sam.gov. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-2/W912PQ-16-B-2016/listing.html)
 
Place of Performance
Address: 150 Riverhead Road, Westhampton Beach, New York, 11978, United States
Zip Code: 11978
 
Record
SN04095833-W 20160428/160426234654-70b545acc4f9eb6eacb0304bc71cf482 (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.