Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SOURCES SOUGHT

Y -- Repair Communication Towers

Notice Date
5/22/2018
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA282318R4007
 
Archive Date
6/21/2018
 
Point of Contact
Wayne Martinez, Phone: 2108820273, Christopher K. Slater, Phone: 8508855628
 
E-Mail Address
wayne.martinez@us.af.mil, christopher.slater.3@us.af.mil
(wayne.martinez@us.af.mil, christopher.slater.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force (USAF), Air Force Technical Center (AFTC) at Eglin AFB, FL is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing construction services to repair and replace communication towers at Eglin AFB FL.. All interested vendors shall submit a response demonstrating their capability to repair and replace communication towers to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 237130 Power and Communication Line and Related Structures Construction, with a size standard of 36.5M. Work to be included in this project consists of construction of two (2) towers, replace towers and repair one (1) tower, Cable tray repairs, new ice bridges and lighting protection are to be provided as indicated in the project document and considered incidental related work. The project will be executed in 3 phases: Phase 1. Construct two (2) towers. Phase 2, install new equipment. Phase 3, demolish towers Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 15% for general construction and 25% for construction by special trade contractors as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought 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 assessment 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 business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing past performance documentation specifically related to design/build/construction of communication towers and that 237130 NAICS code is your company's primary code. Respondents should provide at a minimum two (2) past projects where the main discipline was construction, repair and demolition of communication towers. The government is seeking contractors whose primary focus is construction of communication towers. Specifically, the government is seeking contractors whose primary NAICS is 237130. The government is not seeking general contractors with the primary NAICS of 236220. Responses must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be submitted electronically to the following e-mail address: wayne.martinez@us.af.mil with a courtesy copy to christopher.slater.3@us.af.mil. All correspondence sent via email shall contain a subject line that reads FTFA 15-1147, Repair Communication Towers. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 1:00 P.M. (CST) Wednesday, 6 June 2018. Direct all questions concerning this requirement to Chris Slater at christopher.slater.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e61c8010471d170cbc67006d76958a4)
 
Place of Performance
Address: Eglin Air Force Base, Adjacent Building #44, Eglin AFB, Florida, 32536, United States
Zip Code: 32536
 
Record
SN04930888-W 20180524/180522231017-7e61c8010471d170cbc67006d76958a4 (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.