Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOURCES SOUGHT

Y -- Repair Aircraft Maintenance Facility, Bldg 543

Notice Date
5/15/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-17-R-0016
 
Point of Contact
Kenneth Lasker, Phone: 8439635172, Rozella N. Johnson, Phone: 843-963-5173
 
E-Mail Address
Kenneth.Lasker@us.af.mil, rozella.johnson.1@us.af.mil
(Kenneth.Lasker@us.af.mil, rozella.johnson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Repair Aircraft Maintenance Facility, Bldg 543 Solicitation Number: FA4418-17-R-0016 The scope of this project consists of furnishing all plant, labor, material, equipment, supplies, and supervision necessary to complete project DKFX 11-1166, Repair Aircraft Maintenance Facility, Bldg 543 at Joint Base Charleston-Air Base (JB CHS-AB), Charleston, South Carolina, with a performance time of approximately 657 days. The work includes minor demolition, metal stud wall construction, gypsum wall board, paint, rubber flooring, carpet, ceramic tile, acoustical ceiling system installation in the administrative areas. Sprinkler and fire alarm system upgrades and replacement of the HVAC, lighting and plumbing fixtures throughout the entire building and incidental related work. The work is located at Building 543 on Graves Avenue, Joint Base Charleston, Air Base, approximately as indicated. The exact location will be shown by the Contracting Officer. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The applicable NAICS code is 236220, Commercial and Industrial Building Construction, with a Small Business Size Standard of $36,500,000. NOTICE TO OFFEROR(S)/SUPPLIER(S): WHILE FUNDS ARE NOT PRESENTLY AVAILABLE WITHIN THE AIR MOBILITY COMMAND TO FUND THIS PROJECT, WE ANTICIPATE FUNDS WILL BECOME AVAILABLE BY 1 NOV 2017. IF CURRENT FISCAL YEAR (FY17) FUNDS BECOME AVAILABLE, CONTRACT AWARDS WILL BE MADE NO LATER THAN 30 SEP 2017. WE EXPECT TO HAVE FY18 FUNDS BY 1 NOV 2017 2017. SOLICITATION MAY BE CANCELLED AND ALL OFFERS REJECTED BEFORE AWARD BUT AFTER SOLICITATION CLOSING DATE WHEN CANCELLATION IS CLEARLY IN THE GOVERNMENT'S BEST INTEREST. PROPOSALS/BIDS MUST BE VALID THROUGH 31 DECEMBER 2017. Contract type will be Firm-Fixed-Price. Capabilities are sought from small businesses for the purposes of determining if this requirement can be set-aside. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (8(a), SDVOSB, HUBZone) or SB. 8(a), SDVOSB, HUBZone, or SB firms will first be sought by individual group. If a response from two or more qualified firms is received for any of these categories, this requirement may be set-aside. Should an insufficient number of responses be received in these categories, the requirement may be issued as unrestricted. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit a proposal/bid for this solicitation are highly encouraged to submit a capabilities package to the Primary Point of Contact listed below, by 4:00pm EST on 30 May 17 : AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under NAICS code 236220: 8(a), SDVOSB, HUBZone or Small Business. (b) A positive statement of your intention to submit a proposal/bid on this contract as a prime contractor. (c) Provide DUNS Number or Cage Code. (d) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles and descriptions 3. Dollar amounts 4. Percent and description of work self-performed. 5. Customer points of contact with current telephone number and email address. (e) Evidence of bonding capability of a minimum of $5,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested small business concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone or SB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 30 Jun 17, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this pre-solicitation notice. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Send responses to below address or via email to primary point of contact NLT 30 May 17, 4:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-17-R-0016/listing.html)
 
Place of Performance
Address: JB Charleston Air Base, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04508739-W 20170517/170515234925-e2a9595214cc023863544dc1d087c2cc (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.