SOURCES SOUGHT
Z -- Roofing Maintenance, Roofing Repair, and Roofing Minor Construction Work
- Notice Date
- 11/9/2005
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- Not-Applicable
- Response Due
- 11/30/2005
- Archive Date
- 12/15/2005
- Description
- This is a SOURCES SOUGHT SYNOPSIS for planning purposes only. No proposals are being requested or accepted with this synopsis. The U.S. Air Force Academy is seeking potential sources for either a 100 percent set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The search is restricted to the Region 8 (Colorado, Utah, Wyoming, Montana, North Dakota, and South Dakota). IF ADEQUATE RESPONSES ARE NOT RECEIVED, THE ACQUISTION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. This possible requirement requires the contractor to furnish all management, supervision, labor, materials, equipment and incidentals required for a broad range of roofing maintenance, roofing repair, and roofing minor construction work on various real property facilities, including design and engineering services incidental to construction. The location of work to be performed would be at the United States Air Force Academy, located in Colorado; the Farish Recreation Area, located east of Woodland Park, Colorado; and the Bullseye Auxiliary Airfield located east of Colorado Springs off Highway 94. The North American Industry Classification System (NAICS) Code applicable to this acquisition is 238160 with a size standard of $12 million. A contract would be awarded to one vendor as a firm-fixed priced, requirements contract. The period of performance would include a base period and four option years. The magnitude of the proposed requirement would be between $5,000,000.00 and $10,000,000.00 for the life of the contract. Individual task order projects would vary in size, with the majority expected to be less than $750,000, including, but not limited to, trades such as carpentry, plumbing, electrical, mechanical, painting, pipe fitting, sheet metal, roofing membranes, insulation, miscellaneous repair, and demolition as minor percentages in this acquisition. Roofing maintenance, roofing repair, and roofing minor construction will be the primary trade in this acquisition. The contract would be awarded as a best value trade-off evaluated on a contractor?s technical capability, past performance, and price. Interested and qualified sources are required to provide the following information no later than 30 November 05 (3:00 PM Mountain Time): (1) Company name, address, point of contact, telephone number, and email address; (2) Type of business, i.e. 8(a), HUBZone, SDVOSB under the NAICS code 238160; (3) Date of 8(a), HUBZone and/or SDVOSB certification and Offerors?s Business Size; (4) Letter from bonding agency providing proof of capability to be bonded (bid, performance, and payment). Letter should indicate that your company shall be capable of securing sufficient bonding of individual task orders and aggregate amount of at least $1,500,000.00 and potentially as much as $7,500,000.00; (8) Offeror?s capability to perform a contract of this magnitude and complexity. Provide a list of ALL RELEVANT projects (projects of a similar size and scope of the proposed project are considered relevant), either Government or commercial, performed within the last three years with a brief description of the project; contract number, project title, dollar amount, timeliness of performance; customer satisfaction. Include your customer?s name (vendor), address, telephone number, email address, and points of contact with their phone numbers. Indicate if you were the prime or subcontractor, and, 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. All of the above information should be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, or SDVOSB concerns. Responses shall be limited to 5 pages. Proprietary information should be marked ?PROPRIETARY INFORMATION?. Failure to submit all information by the submission due date and time will result in a contractor being considered not interested in this requirement. A decision on whether this requirement will be pursued as a set-aside or on an unrestricted basis will be posted as a modification in Federal Business Opportunities. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award of solicitations issued after 31 May 1998. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) paragraph 5301.9102(a) Ms. Tara Petersen (Primary) and Ms. Isabel L. Staples (Alternate) have been appointed as the USAF Academy Ombudsman. The USAF Academy Ombudsmen contact information is as follows: 8110 Industrial Drive, Ste 103, Telephone number 719-333-2074, FAX 719-333-9018, email: tara.petersen@usafa.af.mil. Anticipated solicitation issuance date is on or about January 2006. Interested Offerors shall respond to this Sources Sought Synopsis no later than 30 November 05 (3:00 PM Mountain Time). Mail, fax or email your response to Ms. Theresa Coffenberry, Contract Specialist, (719) 333-4724, e-mail: theresa.coffenberry@usafa.af.mil or Ms. Kelly Snyder, Contracting Officer, (719) 333-3927, e-mail: kelly.snyder@usafa.af.mil, ATTN: 10 MSG/LGCA, 8110 Industrial Drive, Suite 200, U.S. Air Force Academy, CO 80840, facsimile: (719) 333-6608. NOTE: If qualified SBA HUBZone certified, SBA 8(a) certified or SDVOSB certified contractors do not respond, this planned contract action will be converted to an unrestricted competition. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be constructed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.
- Place of Performance
- Address: U.S. Air Force Academy, Colorado, Farish Recreation Area, located east of Woodland Park, Colorado; and Bullseye Auxiliary Airfield, located east of Colorado Springs off Highway 94
- Zip Code: 80840
- Country: U.S
- Zip Code: 80840
- Record
- SN00929499-W 20051111/051109212042 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |