Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2009 FBO #2920
SOURCES SOUGHT

Z -- Renovate SCIF B215

Notice Date
11/20/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-10-R-A052
 
Archive Date
3/1/2010
 
Point of Contact
Jennifer M. Doran, Phone: 702-652-6196, Richard C. Jedlinski, Phone: 702-652-9121
 
E-Mail Address
jennifer.doran@nellis.af.mil, richard.jedlinski@nellis.af.mil
(jennifer.doran@nellis.af.mil, richard.jedlinski@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RENOVATE SCIF BLDG 215 SOURCES SOUGHT THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of 8(a), HUB Zone, and Service-Disabled Veteran-Owned small business firms in NAICS Code 236220 for project RKMF 08-0052B, Renovate SCIF Bldg 215, Nellis AFB NV. PROJECT DESCRIPTION: The work to be performed under the requirement consists essentially of, but is not limited to, furnishing all labor, supervision, materials, tools, equipment, incidental works and professional design as necessary to design and renovate area for SCIF. The project shall include, but is not limited to the following major items of work: existing conditions work (demolition), concrete work, thermal and moisture protection work, openings work, finishes work, specialties, plumbing work, HVAC work, and electrical work. The DCID 6/9 standards draft dated Feb 2009 will be used on this project. The foil back insulation and the expanded metal application are not required for construction of project. Performance of this project will take place at Nellis AFB, Nevada. MAGNITUDE OF CONSTRUCTION: Between $500,000 and $1,000,000 RESPONSE REQUIRED BY 7-DEC-2009: Response is solicited from (1) small business firms certified by a Small Business Administration (SBA) for participation in the 8(a) program; (2) SBA-certified small business Hub Zone firms; (3) service-disabled veteran-owned small business firms; and (4) large business firms. A firm is considered small if their average annual receipts for the preceding three (3) fiscal years were less than or equal to $33.5 Million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that award of this project can be made at a fair market price, the solicitation may be issued as unrestricted without further consideration. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date and sponsoring SBA Office], SBA certified HUB Zone small business, Service-Disabled Veteran-Owned small business, large business, etc.]; (d) CAPABILITY STATEMENT [including (a) summary of RECENT (within the last three calendar years), RELEVANT (similar projects to this requirement, particularly construction of facilities to DCID 6/9 standards) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor, etc.) they performed the work (e) BONDING CAPABILITY on individual projects and aggregate requirements; and (f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Reponses shall be limited to three (3) pages and must be submitted via email or fax 702-652-2532. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business 8(a), Hub Zone small business, or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. The solicitation will be posted on the Federal Business Opportunities website (FedBizOpps at http://www.fbo.gov) and no paper copies will be provided. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-10-R-A052/listing.html)
 
Place of Performance
Address: 99 CONS/LGCA, 5865 Swaab Blvd, Bldg 588, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02008180-W 20091122/091120235453-de5aa95eaca6a624b5982b968722713e (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.