Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
SOURCES SOUGHT

X -- Lease Modular Building & Maintenance to include electrical, HVAC, Comm, Water, Sewer, and Fire Protection - PWS and Questionnaire

Notice Date
5/17/2016
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
FA2543_16_Mod_Bldg
 
Archive Date
6/10/2016
 
Point of Contact
Jeremy M Belton, Phone: 7208476440, Deb Saumur, Phone: 720-847-9390
 
E-Mail Address
Jeremy.Belton@us.af.mil, debra.saumur.1@us.af.mil
(Jeremy.Belton@us.af.mil, debra.saumur.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Interested Vendor Questionnaire Performance Work Statement for Maintenance of Temporary Facility Performance Work Statement for Lease of Temporary Facility This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially interested small businesses and may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. 460 CONF/LGCA is seeking commercial sources to provide all management, personnel, tools, supplies, equipment, materials, and labor necessary to provide a leased modular building. Contractors are asked to respond whether they are capable of providing a leased building with or without maintenance at Buckley Air Force Base (BAFB). It is anticipated that the contract performance period will include one basic period estimated from 1 August 2016 to 31 July 2017, and four one-year option periods extending through 31 July 2021, and a 6-month extension period extending through 31 January 2022. The North American Industry Classification Systems (NAICS) Code for the proposed lease of the building is 531120 - Lessors of Non-residential Buildings (except Miniwarehouses) at a size standard is $38.5M and for the maintenance of the building the NAICS is 561210 - Facilities Support Services and the size standard is also $38.5M. The government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide their capability statement and respond to the attached questionnaire no later than close of business (COB) on 26 May 2016. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statements (PWSs) - one for lease and one for maintenance are posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration (please limit to no more than two pages--separate from questionnaire limitation) are requested to be submitted in writing with the capabilities statement no later than the COB due on 26 May 2016. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded they must be System for Award Management Registration (SAM) registered to do business with the Government. Lack of registration will make an offeror ineligible for contract award. Register for SAM at sam.gov. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the actual solicitation. Submissions to this notice may be emailed to Jeremy Belton, 460 CONF/LGCA at jeremy.belton@us.af.mil. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Jeremy Belton's phone number is 720-847-6440. Any information provided by industry to the Government as a result of this sources sought announcement is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543_16_Mod_Bldg/listing.html)
 
Place of Performance
Address: Buckley AFB CO, 80011, Aurora, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN04119067-W 20160519/160517234452-6b56608ab65ebafbce9710396ca896da (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.