Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2016 FBO #5444
SOURCES SOUGHT

Y -- Repair Overhead Lines

Notice Date
10/17/2016
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
F3K3DH6175A001
 
Point of Contact
Candace R Longhofer, Phone: 3214764052, Kristin Doty, Phone: 321-853-0875
 
E-Mail Address
candace.longhofer@us.af.mil, kristin.doty@us.af.mil
(candace.longhofer@us.af.mil, kristin.doty@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION FOR PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. Cape Canaveral Air Force Station anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 237130. The size standard for NAICS is $36.5M. The work to be performed under this project is located at Cape Canaveral Air Force Station. Cape Canaveral Air Force Station is located at the end of State Road 401, north of Port Canaveral. The work to be performed under this project consists of providing the labor, equipment and materials to remove overhead open wire 13.2 kV circuits and replace with underground duct bank circuits. Additionally, the project involves installation of several 13.2kV pad mounted load break switches. The work area includes ICBM Road and CX-34 areas. Remove existing overhead medium voltage electrical lines F, G, and J. Install new underground electrical line in existing or new duct banks as indicated on the drawings. Remove switches and transformers where indicated. Install new concrete encased duct bank, equipment pads, load break switches and transformers. Splice, terminate, and install new primary feeder cable. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar projects offered to the Government. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of similar work related to this type of project effort. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated us of foreign national employees on this effort. 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. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: kristin.doty@us.af.mil; by mail to 45 CONS/LGCAC, Attn: Kristin Doty,14640 Hangar Rd, Bldg 1704, Rm 2124, MS2037, CCAFS, FL 32925. RESPONSES ARE DUE NO LATER THAN 24 OCTOBER 2016 AT 1300 HRS. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/F3K3DH6175A001/listing.html)
 
Record
SN04305710-W 20161019/161017234228-6bdadf53d2d9bcba57db61af8c081571 (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.