SOURCES SOUGHT
Y -- Anti Terrorism Force Protection Melrose Air Force Range
- Notice Date
- 7/25/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
- ZIP Code
- 88103-5321
- Solicitation Number
- FA4855-16-B-0024
- Point of Contact
- Tessa L. Smith, Phone: 5757844305, Bonnie L. Yoakum, Phone: 5757844312
- E-Mail Address
-
tessa.smith.3@us.af.mil, Bonnie.Yoakum@us.af.mil
(tessa.smith.3@us.af.mil, Bonnie.Yoakum@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Construction to install Anti-Terrorism Force-Protection Upgrades at Tactical Operation Center & PEC, MAFR The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide minor construction to correct potential security standard deficiencies at multiple areas that require additional Antiterrorism and Force Protection. This Sources Sought (SS) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees' regarding this project is prohibited. This FedBizOpps notice is an announcement seeking market information on vendors capable of providing the services as described herein. 27 SOCONS is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this SS will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. For purposes of this SS, the North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5M. Description of Services Sundale Valley Road Entry Control Point (ECP) Install around the ECP facility approximately 200 linear feet (lf) of new 8' high type FE6 chain-link security fence with barbed wire on a single outrigger (refer to attached drawings). Ensure a 15' standoff distance between the fence and the facility. Install a 3' wide manually operated personnel swing gate to the new fence that matches the same FE6 type construction (refer to attached drawing). Install a 9' wide manually operated double swing vehicle gate to the fence that matches the same FE6 type construction (refer to drawings for locations). Remove and replace the existing swing arm gate with a new electrically powered K4 crash rated swing arm gate. Install access controls for the gate at the desk inside the ECP facility Ensure gate is also equipped and setup with Internet Protocol (IP) access capabilities for other locations to open and close the gate. Return the existing gate to the government. Run the power to the new gate from the 60 Amp, single phase electrical panel that powers the gate currently. Provide shop drawings for all electrical connections. Install two high pressure sodium spot lights at 15' high on the existing pole next to the entrance. Aim lights to shine on the swing arm gate. Install an IP security camera to the same pole close to the new swing arm gate that will surveil access through the new gate. Run the power to the new lights from the 60 Amp, single phase electrical panel that powers the gate currently. Provide shop drawings for all electrical connections. Provide and place 10' long concrete jersey barriers no more than 4' apart in a line along the north side of Sundale valley road leading up to the gate for approximately 100'. Provide and place 10' long concrete jersey barriers in a serpentine layout, adequately spaced to accommodate access of an 18 wheeler truck, just outside of the gate entrance (refer to drawing). Provide and place 10' long concrete jersey barriers in a serpentine layout, adequately spaced to accommodate access of an 18 wheeler truck, just inside of the gate entrance (refer to drawing). Ground Electric Combat Control Operation (GECCO)/ Tactical Operation Center (TOC) Install approximately 1360lf of new 8' high type FE6 chain-link security fence with barbed wire on a single outrigger around the area west of the GECCO/TOC existing fence line (refer to attached drawings). Connect new fence into the existing fence line to completely close off newly fenced area. Install a manually operated 16' wide double swing vehicle gate on east side of the new fence (refer to attached drawing for location) Install a new electronically powered vehicle security gate (not k4 crash rated) to the new fence at the road (refer to attached drawing for location) Install an IP security camera to the electrical service pole closest to the new swing arm gate that will surveil access through the new gate. Run 60 Amp, single phase power below ground to the gate and light pole from the nearby transformer, to include service disconnect, panel, wire, conduit, trenching, and any other associated item to make the connection. If your firm is capable of providing the requirements described above, please provide a Capability Statement to SrA Tessa Smith by 1 AUGUST 2016 @ 1400 MST. The Capability Statement should include general information and technical background describing your firm's experience in constructing similar efforts. Interested parties shall not submit more than 2 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Bonding capability (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to self-perform as a percentage of the total and those which you intend to use as subcontractors; particularly for the electrical, plumbing and HVAC requirements.; (6) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (7) Indicate if your company primarily does business in the commercial or Government sector (8) Indicate which NAICS code(s) your company usually performs under for Government contracts. Note: The interested vendors list of this notice will not be used for decision making purposes for any small business set asides. For your business to be considered as a potential vendor for set aside purposes you must submit a Capabilities Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-16-B-0024/listing.html)
- Place of Performance
- Address: MELROSE AIR FORCE RANGE, 3771 SUNDALE VALLEY RD, FLOYD, New Mexico, 88118, United States
- Zip Code: 88118
- Zip Code: 88118
- Record
- SN04194282-W 20160727/160725234953-03f0d721030323a1db9e426ea9b00fc7 (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 |