Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2024 SAM #8236
SOURCES SOUGHT

99 -- MARKET SURVEY FOR THE INSTALLATION OF FOUNDATION IN MT. HOUGH FOR THE UNITED STATES FOREST SERVICE (USFS). THIS ACTIVITY WILL BE PROVIDED TO THE FEDERAL AVIATION ADMINISTRATION IN SUPPORT OF THE USFS.

Notice Date
6/13/2024 11:17:03 AM
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
HOUGH0618
 
Response Due
6/18/2024 3:00:00 PM
 
Archive Date
06/19/2024
 
Point of Contact
Bryon Nolan
 
E-Mail Address
bryon.r.nolan@faa.gov
(bryon.r.nolan@faa.gov)
 
Description
MARKET SURVEY FOR THE INSTALLATION OF FOUNDATION IN MT. HOUGH FOR THE UNITED STATES FOREST SERVICE (USFS).� THIS ACTIVITY WILL BE PROVIDED TO THE FEDERAL AVIATION ADMINISTRATION IN SUPPORT OF THE USFS. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey is for information and comments from industry that will aid in the formation of an acquisition strategy for Mt. Hough tower foundation installation. The draft requirements are identified in the attached Statement of Work (SOW). At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran- owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required material and services per the requirements/specification document. Respondents to this market survey are encouraged to provide comments regarding the government�s approach to this requirement. This market survey is also being conducted to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. Interested vendors are required to submit a copy of their SBA 8(a) certification letter, if applicable. Each vendor should include the following information along with their submission: Capability Statement - This document should identify: Relevant previous contracts and awards for concrete mix, design, concrete removal, assembly of government furnished rebar to include ground preparation, and foundation installation. � (Elaborate: specifics to include dollar amounts, experience, and provide detailed information and past performance). Provide pertinent information related to foundation design, concrete tests, disposal of foundational debris, installation of foundation, etc. Number of years in business. Clearly state whether you can perform all requirements listed in the draft SOW. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work and providing all requested services within stated parameters. This should include the percentage of work that will be done by eligible small, service- disabled veteran-owned and 8(a) certified businesses. All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma Time) on June 20, 2024. The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: bryon.r.nolan@faa.gov Please include ""MARKET SURVEY RESPONSE: �MT. HOUGH FOUNDATION INSTALLATION� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba6ca4b06e50491fa8cce2bbc125a3ab/view)
 
Place of Performance
Address: Quincy, CA 95971, USA
Zip Code: 95971
Country: USA
 
Record
SN07097428-F 20240615/240613230128 (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.