SOURCES SOUGHT
N -- B2379 Add Eletrical
- Notice Date
- 6/15/2023 2:40:43 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
- ZIP Code
- 88103-5321
- Solicitation Number
- CZQZ220044
- Response Due
- 6/29/2023 1:00:00 PM
- Archive Date
- 07/14/2023
- Point of Contact
- Jermayne Gordon, Phone: 5757840042, SrA Curtis Lipsey, Phone: 5757844305
- E-Mail Address
-
jermayne.gordon@us.af.mil, curtis.lipsey@us.af.mil
(jermayne.gordon@us.af.mil, curtis.lipsey@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 15 June 2023 MEMORANDUM FOR RECORD SUBJECT: Sources Sought � Building 2379 Add Electrical 1.�� �The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services as follows: 2. DESCRIPTION OF PROPOSED WORK: Project to include demolition of existing electrical of control units. Installation of new electrical panel and wiring to panel PA. The new panel will require a feed breaker and upsized wiring. All work to be done in accordance with regulations and will provide a complete and useable facility. Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02. � � � � � � � � � � � a. NAICS: 238210 � Electrical Contractors and Other Wiring Installation Contractors � � � � � � � � � � � b. PSC: N059 � Installation of Equipment�Electrical and Electronic Equipment Components � � � � � � � � � � � c. S/B Size Standard in millions of dollars: $19M � � � � � � � � � � � d. Estimated Magnitude of Construction: Between $250,000 and $500,000. 3. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. All attachments to this notice are draft and provided for informational purposes only. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees� regarding this project is prohibited. 4. The Capability Statement should include general information, past performance and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: a.�� �Company Cage Code, UEID, name, address, point of contact, telephone number and e- mail address.� � b.�� �Bonding capability. c.�� �Any small business status (8(a), HUB Zone, Disable and/or veteran-owned, women- owned, etc). d.�� �Indicate your role as �Prime Contractor� and what functions for which you plan to self- perform as a percentage of the total and those which you intend to use subcontractors. e.�� �If you indicated your roll will be a �Subcontractor� on Question 4, please indicate which functional areas you intend to cover. f.�� �Indicate if your company primarily does business in the government and/or commercial sector. g.�� �Indicate which NAICS code(s) your company usually performs under for government contracts. 5. For your business to be considered as a potential vendor for set aside purposes you must submit a Capability Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. 6. If your firm is capable of providing the requirements described above, please provide a Capability Statement to the contract administrator and contracting officer by the deadline indicated in this source sought. IMPORTANT NOTICE: IAW DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. Contractors are required to implement NIST SP 800-171. At time of award, the awardee must be registered in the Supplier Performance Risk System (SPRS) at the time of award and have at least a Basic NIST SP 800-171 DoD Assessment that is not more than 3 years old. JERMAYNE G. GORDON, SSgt, USAF Contracting Specialist �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/61e18e45b8354930aca0f35ec72f5178/view)
- Place of Performance
- Address: Cannon AFB, NM 88103, USA
- Zip Code: 88103
- Country: USA
- Zip Code: 88103
- Record
- SN06718187-F 20230617/230616060716 (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 |