Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

Y -- DKFX 18-1053940 Temp Facility, Bldg 705

Notice Date
8/29/2018
 
Notice Type
Presolicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
FA4418-18-R-0013
 
Archive Date
9/28/2018
 
Point of Contact
Buddy Ciemiengo, Phone: 8439635180
 
E-Mail Address
buddy.ciemiengo@us.af.mil
(buddy.ciemiengo@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Temp Facility, Squadron Ops, Bldg 705 - Joint Base Charleston, SC Solicitation Number: FA4418-18-R-0013 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to install and lease a 21,238 sq ft modular building on Joint Base Charleston, Air Base North Charleston, South Carolina. This sources sought is for planning purposes only. The work to be performed under project number DKFX 18-1053940, consists of leasing and installation of a 21,238 sq ft (nominal 112 ft x 160 ft with a nominal 48 ft x 56 ft multi-purpose area) modular building at Joint Base Charleston, SC. The work shall consist of but not limited to, all permits, labor, material and equipment necessary to complete the installation of such building and all associated utilities, as well as the maintenance of installed facilities/utilities for the duration of the lease. The modular facility shall serve as a temporary building 705 during renovation of building 705 and 709. The temporary modular building will be manned by approximately 150 personnel. Contract type will be Firm-Fixed Price. Capabilities are sought from Small, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining if this requirement can be set-aside. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The anticipated performance time is 79 calendar days for construction and leasing through June 2020. The NAICS Code assigned to this acquisition is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing with a Size Standard of $32.5M. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB or HUBZone). 8(a), SDVOSB, and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. 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 bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00p.m. EST on 12 Sept 2018: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, 8(a), SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Contract completion dates 5. Percent and description of work self-performed 6. Customer points of contacts with current telephone numbers. (d) 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 concerns. If adequate interest is not received from SB, 8(a), SDVOSB or HUBZone 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 1 Oct 2018, 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 sources sought. (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. Contracting Office Mailing Address: 628 CONS/LGCB ATTN: SSgt Buddy Ciemiengo 101 E. Hill Blvd. Joint Base Charleston, SC 29404-5021 Original Point of Contact SSgt Buddy Ciemiengo, Contract Specialist, Phone (843) 963-5180, FAX (843) 963-2829, e-mail: buddy.ciemiengo@us.af.mil. If you send responses via fax please confirm receipt. Alternate point of contact: Mr. Robert Melton, Contracting Officer, Phone (843) 963-5165, Fax (843)963-2829, e-mail: robert.melton.6@us.af.mil. If you send responses via fax please confirm receipt. Place of Performance Joint Base Charleston - Air Base, North Charleston, SC Postal Code: 29404 Country: USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-R-0013/listing.html)
 
Place of Performance
Address: JB Charleston, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN05063085-W 20180831/180829231822-b039591f20d1e65b94117d26049e99a0 (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.