Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2023 SAM #7885
SOURCES SOUGHT

N -- Minneapolis Air Reserve Station, Build 760 Premise Rewiring

Notice Date
6/28/2023 4:18:20 PM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
 
ZIP Code
55450-2100
 
Solicitation Number
FA663323RA003
 
Response Due
7/10/2023 4:00:00 PM
 
Archive Date
07/25/2023
 
Point of Contact
Jayme Mortensen, Phone: 6127131431, Fax: 6127131425, Sharon Frank-Scheierl, Phone: 6127131430, Fax: 6127131425
 
E-Mail Address
jayme.mortensen.2@us.af.mil, sharon.frank-scheierl.2@us.af.mil
(jayme.mortensen.2@us.af.mil, sharon.frank-scheierl.2@us.af.mil)
 
Description
Project Title: Premise Rewiring Building 760, 934th Minneapolis Air Reserve Station, Minneapolis, Minnesota. Project Number: FA6633-23-RA003 THIS IS A SOURCES SOUGHT FOR INFORMATION PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL TO BE SUBMITTED.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT OR FOLLOW-ON RESPONSES.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The United States Air Force (USAF), at the 934th Minneapolis Air Reserve Station, MN is currently conducting market research seeking capability statements 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 have the ability to meet the requirements outlines in the Statement of Objective (SOO) and drawing. The NAICS code for this acquisition is 238210, �Electrical Contractors and Other Wiring Installation Contractors� and the size standard is $19 million.� The PSC/FSC Code is N059, �Installation of Equipment�Electrical and Electronic Equipment Components�.� The NAICS is to be used for market analysis only to determine the availability of potential small business categories for potential set-asides. Work to be included in this project consists of: DESCRIPTION OF WORK: The Minneapolis Air Reserve Station anticipates contracting services for premise rewiring in accordance with the SOO. Contractor to engineer, furnish, install and test (EFI&T) premise wiring within building 760 at Minneapolis St Paul ARB. Newly installed premise wiring will support Unclassified but Sensitive Internet Protocol Router Network (NIPRNet), Wireless Access Points (WAP), Phone drops or Secret Internet Protocol Router Network (SIPRNet). And the installation of three network switches provided by the Contractor.� All work shall be performed at 934th Airlift Wing, Minneapolis-St Paul Air Reserve Station, Minneapolis, MN as defined in the SOO. Contractor must identify any base support requirements (for example, laydown and storage areas) necessary to complete this project. The Contractor shall coordinate with 934CS for storage space and staging area requirements. The Contractor shall restore all disturbed grounds/base property to the �as found� condition or better after installation. Base grounds/property restoration requirements shall be complied with. All residues from this project shall be disposed of off base and IAW Federal, State, local, and base environmental laws, and regulations. The Contractor is wholly responsible for project waste removal. Removed premise wiring shall be transported to DRMO on base; premise wiring will be processed for disposition. Contractor may use base Recycling Center to dispose of other project waste materials. Contractor shall verify which waste materials the Recycling Center will accept. Contractor will not use base, facility, or building waste dumpster(s) to dispose of project waste material(s). If Contractor chooses to lease dumpsters for project waste, Contractor shall coordinate with 934CS for dumpster placement. Accomplish all related site cleanup and restore to operational status. The contractor shall perform all fieldwork necessary to determine the existing conditions at the work site and will be responsible for verifying the accuracy of all documents and data furnished by the Government. 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 offoreign 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. All interested vendors shall submit a response demonstrating their capability to provide premise rewiring services in accordance with the Statement of Objectives (SOO), along with Attachment 3 to the primary and alternate 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 currently; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government�s discretion. 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 providing premise rewiring services and that the 238210 NAICS code is the code in which your firm can support. 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 addresses: jayme.mortensen.2@us.af.mil sharon.frank-scheierl.2@us.af.mil All correspondence sent via email shall contain a subject line that reads Sources Sought: Premise Rewiring Building 760. If this subject line is not included, the e-mail may not get through e-mail filters. 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 type files are included in your submittal. RESPONSES ARE DUE NO LATER THAN 4:00 P.M. (CST) 10July 2023. Direct all questions concerning this requirement in writing to the email addresses listed above. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36dbdc016adc4a18ad84821980a91633/view)
 
Place of Performance
Address: Minneapolis, MN 55450, USA
Zip Code: 55450
Country: USA
 
Record
SN06731005-F 20230630/230629060349 (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.