SOURCES SOUGHT
Z -- Repair Finger Piers, Beacon Beach Marina - Tyndall AFB, FL - Statement of Work
- Notice Date
- 4/13/2017
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 325 CONS, 501 Airey Ave, Tyndall AFB, Florida, 32403-5549, United States
- ZIP Code
- 32403-5549
- Solicitation Number
- FA481917B7002
- Archive Date
- 5/5/2017
- Point of Contact
- Nathaniel R Crocker, Phone: 8502839625, Jillian Kennedy,
- E-Mail Address
-
nathaniel.crocker@us.af.mil, jillian.kennedy.3@us.af.mil
(nathaniel.crocker@us.af.mil, jillian.kennedy.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Tyndall AFB Marina Repair Draft SOW - Dated 31 March 2017 THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME NOTE: No set aside determination has been made at this time. Synopsis: The 325th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and seek information from any firms that have an interest in submitting as a Prime Contractor for a potential repair of selected areas on Beacon Beach Marina, Tyndall AFB, FL. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not 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. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. As part of the proposed effort, the Contractor shall implement means and methods that will limit disturbance to the natural vegetation, wildlife and bay waters to the greatest extent practicable, and utilize quality, corrosion resistant materials for the following tasks: Demolition : Remove and dispose of existing walking surface (decking), existing wood substructure, existing piles that support the finger piers determined by the Contractor and confirmed by Contracting Officer (CO) to be in poor condition, existing walking surface (decking) at a cleaning station, and existing walking surface (decking) at a boardwalk. Construction : Install new replacement precast concrete piles at locations that removed during demolition of the finger piers (up to 25 total), install new wood substructure, install new composite decking to match the material utilized at the fuel depot within the Beacon Beach Marina, install new docking related hardware to include cleats, bumpers, etc., install new composite decking to match the material utilized at the fuel depot within the Beacon Beach Marina at a cleaning station, install new connection hardware to securely support the existing utility lines located under the boardwalk, install new composite decking to match the material utilized at the fuel depot within the Beacon Beach Marina, perform ancillary tasks required to provide a fully functional, safe, and clean marina facility within the limits of the area effected by construction activities. All work shall be in compliance with all Public Laws (P.L.), Executive Orders (E.O.), Military Standards (MIL-STD), Air Force Instruction (AFI), Code of Federal Regulations (CFR), Department of Defense Instructions (DODI) and Department of Defense Directives (DODD) or other higher authority documents as applicable, as listed in MIL-STD-3007F. All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). The information requested by this RFI will be used within the Air Force and SBA to facilitate decision making and will not be disclosed outside the agencies. If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement to SSgt Nathaniel Crocker via mail addressed to 325 CONS/LGCC, 501 Airey Ave, Suite 5, Tyndall AFB, FL 32403-5549, or email (preferred method) to nathaniel.crocker@us.af.mil, no later than 4:30 PM CST, 20 April 2017. If 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 by 4:30 PM CST, 21 April 2017) is recommended to ensure receipt of your submission by the Government. Please see the attached draft Statement of Work (SOW) for more information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a14daf13536907555fd64f420ddbfeb7)
- Place of Performance
- Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN04472140-W 20170415/170413235354-a14daf13536907555fd64f420ddbfeb7 (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 |