Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
MODIFICATION

Y -- Chavez CDC Post Inspection ATFP Upgrades

Notice Date
7/25/2016
 
Notice Type
Modification/Amendment
 
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-0021
 
Point of Contact
Sarah C. Muraco, Phone: 5757844305, Bonnie L. Yoakum, Phone: 5757842942
 
E-Mail Address
sarah.muraco@us.af.mil, Bonnie.Yoakum@us.af.mil
(sarah.muraco@us.af.mil, Bonnie.Yoakum@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Chavez CDC Post Inspection ATFP Upgrades 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 Install 115 linear feet (lf) of new rod iron fence and four gates with brick pilasters across the Chavez Entry Control Point (ECP). (Note: Installation of new fencing and gates may require asphalt/concrete demolition and shall be modified and replaced in like kind to allow newly installed gates to operate and be opened fully to allow the same existing lane width) Provide boulders along sidewalk West of Chavez CDC. Install manually operated vehicle gates with a locking mechanism to take an industrial keyed lock pad to prevent unnecessary encroachment to buildings. Install a 25 lf new double swing rod iron gate to match existing double swing rod iron gate approximately 200 feet south along brick wall. Demolish approximately 2,775 lf of existing 4' high block wall with footing. Install 1,500 lf of new 8'high type FE6 chain link security fence with barbed wire on single outrigger. Install 1,200 lf of new 6' high block wall and footing to match existing block wall adjacent to new wall. Install 655 lf of new rod iron fence with brick pilaster at Chavez Housing main entrance to match existing fence at Cannon Air Force Base main entrance Install commercial grade lockable double swing doors and electrical circuits to separate Chavez CDC interior foyer and main hallway to classroom. Relocate existing Mass Notifications System (MNS) panel and wiring adjacent to main entrance of the Chavez CDC over to wall behind the receptionist's desk. Finish and repair the existing location of the MNS panel after removal. Install new warning signs to match existing on the new wall, fence, and at each gate. Max spacing for wall and fence shall be 100 yards. All fencing, screens and barriers necessary to secure government property and protect personnel during the Work. All labor and equipment necessary to maintain a clean and safe job site. A phasing and road closure plan for Government approval in accordance with Construction Drawings. All phasing of utility and equipment removal and reinstallation. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Ms. Sarah Muraco by JULY 25, 2016 @ 1600 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-0021/listing.html)
 
Place of Performance
Address: Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04194490-W 20160727/160725235355-4b2920f420894d7d560104fe03f44725 (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.