Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2006 FBO #1640
SOURCES SOUGHT

Z -- Replace Curtainwall Building 3130 (VOQ 3130 Renovation)

Notice Date
5/22/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
FA7000--06-R-0040
 
Response Due
5/31/2006
 
Archive Date
5/25/2007
 
Description
This is a Sources Sought Synopsis for market research purposes only. The United States Air Force Academy, CO seeks potential sources for a proposed government acquisition for the renovation of both the exterior and interior of three wings of a two-story temporary-living building. The proposed renovation will be accomplished in three phases. The anticipated North American Industries Classification System (NAICS) code is 236220 and the Small Business Administration (SBA) small business size standard is $31M. Magnitude of construction is $1,000,000 to $5,000,000. The proposed contract would be awarded to one vendor as a firm-fixed price contract. Completion time is 420 days. There is no solicitation available at this time. The project is currently identified as a Straddle 2 (fill or kill) and is an unfunded requirement. The contractor shall provide all labor, materials, transportation, equipment, and supervision to accomplish this project. All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications and the Statement of Work for Construction. This project consists of replacing the existing curtainwall system on the north and south sides of the building with a new curtainwall system employing with current energy standards and current Anti-Terrorism/Force Protection (AT/FP) design standards. In addition, selected restrooms and kitchenettes in several of the suites will be renovated to bring these spaces up to hospitality standards. These renovations require considerable interior finishes and related upgrades as a part of this project. Government furnished property consists of stacking washer and dryers, ice machine, build-in in microwaves, refrigerators, and under-cabinet coffee makers. The proposed renovation, consisting of three wings, would be limited to the renovation of one wing at a time. Interested and qualified sources are required to provide the following information no later than 31 May 2006 (12:00 PM Mountain Time): (1) Company name, address, and point of contact, telephone number and e-mail address. (2) Type of business, i.e. large business, small business, 8(a), HUBZone, SDVOSB and etc. under the NAICS code 236220. (3) Date of business type certification and Offerors Business Size. (4) Letter from bonding agency providing proof of capability to be bonded (bid, performance, and payment). Letter should indicate your company?s bonding capability. (5) Offerors capability to perform a contract of this magnitude and complexity. Provide 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 customers 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 parties. 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. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Pursuant to Air Force Federal Acquisition Regulation Supplement (AAFARS) paragraph 5301.9102(a) Ms. Tara Petersen (Primary) and Ms. Isabel L. Staples (Alternate) have been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman 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 proposed solicitation issuance date is on or about 20 June 2006. Interested Offerors shall respond to this Sources Sought Synopsis no later than 31 May 2006 (12:00 PM Mountain Time). Mail, fax or email your responses to Ms. Linda Wennerberg, Contract Specialist, FAX - (719) 333-6608, email ? linda.wennerberg@usafa.af.mil or Ms. Sarah Drzemala, Contracting Officer, FAX (719) 333-4705, e-mail ? Sarah.Drzemala@usafa.af.mil, ATTN: 10 MSG/LGCA, 8110 Industrial Drive, Suite 200, USAFA, CO 80840, FAX: (719) 333-6608. This is a Sources Sought Synopsis for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed 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: 10 MSG/LGCA, 8110 Industrial Drive, Suite 200, USAF Academy, CO
Zip Code: 80840-2315
Country: USA
 
Record
SN01054873-W 20060524/060522220652 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.