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, 2018 FBO #6019
SOURCES SOUGHT

J -- Repair Elevators Basewide

Notice Date
5/15/2018
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-18-R-0024
 
Archive Date
6/8/2018
 
Point of Contact
Henry F Brachhold, Phone: 7193332264, Aaron Vollbracht, Phone: 7193334761
 
E-Mail Address
henry.brachhold@us.af.mil, aaron.vollbracht@us.af.mil
(henry.brachhold@us.af.mil, aaron.vollbracht@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as a sources sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming construction acquisition at the United States Air Force Academy, CO. This sources sought is issued solely for information and planning purposes and does NOT constitute a solicitation. For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 238290, Other Building Equipment Contractors and the size standard is $15 Million. The magnitude of construction is between $1,000,000 and $5,000,000. The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following construction project: General Description: Sustain/Repair Elevators Base Wide: The purpose of the project is to construct repairs for 29 elevators. This includes upgrades for elevator controls utilizing a non-propriety type to facilitate inter-changeability and replacement availability. The elevator systems also require repairs for: door operators, door hardware, wear parts, lighting, and accessories. Controls and various code required upgrades will take place entirely in the elevator machine rooms. New control panels will be intergraded into elevaotr lobbies and elevator cars. New LED lighting will be retrofitted into the elevator cars. Freight elevator doors will be upgraded from grated metal type to solid metal type. Two Fright elevators will be replaced with passenger type. Construction will take place over the course for 24 months. Upgraded elevators will be offline for up to 30 days. Replacement elevators will be offline for up to 90 days. All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications to be issued in a possible future solicitation. All businesses capable of performing this project are invited to respond. Interested small business concerns must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. A firm fixed price construction contract is anticipated to be awarded to one contractor. All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked "PROPRIETARY INFORMATION". Responses should be limited to ten (10) pages. Interested businesses shall provide the following information: 1. Company name, mailing address, point of contact, telephone number, email address, company cage code and DUNS number. 2. Business size status, e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. 3. Statement of capability to be bonded (both performance and payment bonds). The statement should indicate your company's single and aggregate bonding capability. 4. Contractor's capability to perform a contract of this magnitude and complexity. Provide a list of no more than 5 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.) Include your customer's name, address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor. If you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. 5. Any other appropriate written information and/or data supporting your capability to complete a project of this type. 6. Feedback on the following questions: a. Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work? b. Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work? c. Are manufacturer or installer certifications typical for this type of work? d. What other industry standards exist for this type of work? e. What is the typical labor mix for this type of work? f. Does your firm typically provide bid guarantees with the submission of proposal? g. Is providing a bid guarantee a hindrance for submission of proposal or otherwise an unreasonable requirement. If yes, please explain. If your firm is capable and qualified send the required response in writing to the primary point of contact (POC) indicated within this announcement. Responses are due no later than 24 May 2018, 2:00 p.m. Mountain time by e-mail. Questions and responses should be addressed to the primary contact, Henry Brachhold, Contract Specialist, 719-333-2264 or henry.brachhold@us.af.mil, or the alternate point of contact, Aaron Vollbracht, Contracting Officer, 719-333-4761 or aaron.vollbracht@us.af.mil. Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman contact information is as follows: 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone Number: 719-333-2074 FAX: 719-333-9018 Email: james.anderson.72@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-18-R-0024/listing.html)
 
Place of Performance
Address: USAFA, CO 80840, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04923321-W 20180517/180515230826-373d1d89364cb1ddda814c25b0e35722 (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  © 1994-2020, Loren Data Corp.