Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2020 SAM #6675
SOURCES SOUGHT

99 -- ADAL Small Air Terminal Bldg. 5

Notice Date
3/7/2020 11:35:16 AM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W7NS USPFO ACTIVITY NCANG 145 CHARLOTTE NC 28208-3866 USA
 
ZIP Code
28208-3866
 
Solicitation Number
W50S87-20-Q-5013
 
Response Due
3/19/2020 2:00:00 PM
 
Archive Date
04/03/2020
 
Point of Contact
Bryant K. Alexander, Phone: 7043914207
 
E-Mail Address
Bryant.K.Alexander.mil@mail.mil
(Bryant.K.Alexander.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a sources sought announcement; a market survey for information only to be used for preliminary planning purposes.� The purpose of this synopsis is to gain knowledge of potential sources for this project including interested small business sources. �This notice is for planning purposes only.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� All interested parties should respond. The 145th Airlift Wing intends to issue a solicitation and award a firm-fixed price contract to replace HVAC equipment/systems at the North Carolina Air National Guard base in Charlotte, NC subject to the availability of funds.� A fully functional Small Air Terminal (SAT) and Deployment Processing Center (DPC) are required to support the 145 AW which is converting from C-130 to C-17 and will operate 8 PAA C17 aircraft.� The 145th mission is allotted 13,000 sf for the Small Air Terminal and 2,700 sf for the Deployment Processing Center.� The existing building is required to be renovated to meet these allotments and to meet ABA, NFPA and ATFP standards.� The facility was constructed in 1982 and has not had a major renovation.� The building lacks fire suppression, ATFP compliant windows and ABA compliant restrooms.� There is no ABA access to the second floor.� The roof is leaking, roof drains are undersized, finishes are aging and inconsistent, and the exterior pavement is deteriorating.� The building is located near the apron, but lacks windows to view activity on the flight line.� The mechanical room is not efficiently organized and taking up needed square footage. The second floor passenger terminal lacks a restroom.� The exterior of the building is in need of cosmetic upgrades to match neighboring facilities.� Adding additional square footage to the exterior of building is not feasible due to the proximity to the ramp and surrounding facilities. Therefore utilizing the second floor mezzanine is most advantageous.�� This project meets the criteria/scope specified in the AF Handbook 32-1084, �Facility Requirements�.� Sustainable principles, to include Life Cycle cost effective practices, will be integrated into the design, development and construction of the project in accordance with Executive Order 13423, 10 USC 2802(c) and other applicable laws and Executive Orders.� Temporary facilities will be required to displace the LRS and aerial port functions during the construction of this project as flight line operations will still be ongoing.� The magnitude of this project is between $1,000,000 and $5,300,000.� All interested concerns will provide this office, in writing, the following information no later than Thursday 19 March 2020, 5:00 pm EST.� This information shall not exceed five (5) typed pages and must include the following: Positive statement of intent to bid as a prime contractor; Completed and signed Source Sought Information Request Form; Listing of projects with similar scope completed during the past five years, both for government and private industry. �The type of project, dollar value, contract number, location, and point of contact are to be included. �Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor; and Brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event a sufficient number of small business contractors are not available or capable for adequate competition for this project, it may be advertised as unrestricted. �Information shall be provided via email to: SMSgt Bryant K Alexander�at Bryant.K.Alexander.mil@mail.mil. �Include the following in the subject line: Sources Sought W50S87-20-Q-5013. When posted, the synopsis/pre-solicitation notice and resulting solicitation number will be W50S87-20-B-5004.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f6ab7b806074ca09bfab29050972a12/view)
 
Place of Performance
Address: Charlotte, NC 28208, USA
Zip Code: 28208
Country: USA
 
Record
SN05582465-F 20200309/200307230140 (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.