SOURCES SOUGHT
Z -- REPAIR FIRE PROTECTION SYSTEM B200
- Notice Date
- 11/20/2009
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- 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-A021
- 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
- REPAIR FIRE PROTECTION SYSTEM, BLDG 200 - 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 238220 for project RKMF 00-0021, Repair Fire Protection System Bldg 200, Nellis AFB NV. PROJECT DESCRIPTION: The work to be performed under the requirement consists essentially of, but is not limited to, furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to design and perform the removal and replacement of all fire detection and suppression systems in Bldg 200 at Nellis Air Force Base, (AFB), Nevada. The current fire detection/suppression systems do not meet the National Fire Protection Code. With this current system, it poses a life and safety hazard to the occupants. Most of the facility has none or non-working systems. Work includes engineering design of new fire detection and suppression system, demolition of non-working fire detection and suppression systems, installation of new detection and suppression systems to include a mass notification to the Nellis AFB Fire Department, at Nellis AFB, Nevada MAGNITUDE OF CONSTRUCTION: Between $1,000,000 and $5,000,000 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 firms, etc.]; (d) CAPABILITY STATEMENT [ including (a) summary of RECENT (within the last three calendar years), RELEVANT (similar projects to this requirement, particularly self-performing installation of fire detection and suppression systems) 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 ; 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 8(a), SBA certified 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-A021/listing.html)
- Place of Performance
- Address: 99 CONS/LGCA, 5865 Swaab Blvd Bldg 588, Nellis AFB, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN02008189-W 20091122/091120235506-fac15a3695678bc7c73ed7e9f6e7733d (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 |