Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

Y -- Repair Utilities - Falcon Stadium

Notice Date
12/10/2019 9:44:24 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
F4Koubar01
 
Response Due
12/18/2019 1:00:00 PM
 
Archive Date
06/06/2020
 
Point of Contact
Rory R. Kouba, Phone: 719-333-8049, Steven D. Brinker, Phone: 719-333-8161
 
E-Mail Address
rory.kouba.2@us.af.mil, steven.brinker.1@us.af.mil
(rory.kouba.2@us.af.mil, steven.brinker.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 237110, Water and Sewer Line and Related Structures Construction and the size standard is $39.5 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:Repair Utilities - Falcon Stadium: The purpose of this project is to update some of the utilities at the Falcon Stadium, the utility systems being updated are the potable water distribution, fire suppression water distribution, sanitary sewer conveyance, and natural gas. This project provides an all-new utility rings around the outside of the stadium, these new lines will be used to serve the facility from the “outside in”. This project will be interrupted by several events at the Falcon Stadium. Construction starts and stops will be crucial to the success of this project.General Description: New water and gas mains will be constructed in parallel in a ring around the outside of the Stadium. This ring will support several different functions. It will replace the function of the existing, outdated, and deteriorating water and gas infrastructure within the Stadium footprint. It will provide new water and gas services to existing elements within the Stadium which will remain (Press Box, restrooms, locker rooms, etc.). It will provide new gas and water services to future buildings as proposed in the Requirements Document. A complete, dual-fed loop will be provided for both water and gas, eliminating the current scenarios of dead-end runs within the Stadium for those utilities. Building the new outer ring will allow construction activities to occur independently of activities within the Stadium, mitigating potential impacts to Stadium functions. While the outer ring will require demolition and replacement of asphalt and concrete, the impacts to the concourse and hardscaped areas within the Stadium will be reduced compared to performing all work within the Stadium footprint. Water and gas services will be provided from the outer ring inward to existing facilities within the Stadium. Water and gas stubs will be provided along the outer ring to support future facilities without the need to impact the loops for future tie-in purposes. New Utility Services for Existing Facilities West Stadium Bowl Restrooms and Concessions (x3) North End Zone Area East Concessions Area Satellite Women’s Restroom Press Box Fire Hydrants 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 owned 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: Company name, mailing address, point of contact, telephone number, email address, company cage code and DUNS number. Business size status, e.g., 8(a), HUB Zone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. Statement of capability to be bonded (both performance and payment bonds). The statement should indicate your company’s single and aggregate bonding capability. 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. Any other appropriate written information and/or data supporting your capability to complete a project of this type. Feedback on the following questions: Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work? Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work? Are manufacturer or installer certifications typical for this type of work? What other industry standards exist for this type of work? What is the typical labor mix for this type of work? Does your firm typically provide bid guarantees with the submission of proposal? 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 18 December 2019, 2:00 p.m. Mountain Time by e-mail. Questions and responses should be addressed to the primary contact, Rory Kouba, Contract Specialist, 719-333-8049 or rory.kouba.2@us.af.mil, or the alternate point of contact, Steven Brinker, Contracting Officer, 719-333-8161 or steven.brinker.1@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 200USAFA, CO 80840Telephone Number: 719-333-3829FAX: 719-333-9018Email: james.anderson.72@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8188c21fdfc144efb09b588e0696d8a3/view)
 
Place of Performance
Address: CO-03, CO, USA
Country: USA
 
Record
SN05513480-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.